Region 1 – Region 4 Forest Engineering and Road Maintenance (FERM) Blanket Purchase Agreement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Forest Service is establishing multiple Blanket Purchase Agreements (BPAs) for Region 1 – Region 4 Forest Engineering and Road Maintenance (FERM) services and construction. While initial awards have been made, this Total Small Business Set-Aside opportunity remains Open and Continuous to add qualified vendors for its 10-year period (summer 2023 through July 2033).
Scope of Work
Contractors will provide a variety of road maintenance and construction services across 10 states, covering National Forests and Grasslands in Regions 1 and 4. This includes areas like Beaverhead-Deerlodge, Bitterroot, Custer-Gallatin, Flathead, Idaho Panhandle, Lolo, Nez Perce-Clearwater, Boise, Bridger-Teton, Payette, Salmon-Challis, Sawtooth, Ashley, Dixie, Fishlake, Humboldt-Toiyabe, Manti-La Sal, and Uinta-Wasatch-Cache National Forests, as well as several National Grasslands. Services encompass routine maintenance (e.g., blading, drainage, vegetation management, dust abatement), construction (new roads, reconstruction, earthwork, aggregate placement, asphalt), and emergency repairs (e.g., flood repair, ERFO, BAER). Contractors must furnish all labor, supervision, equipment, materials (unless Government-furnished), transportation, and supplies.
Contract Details
- Contract Type: Multiple Blanket Purchase Agreements (BPAs)
- Period of Performance: Summer 2023 through July 31, 2033 (10 years)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 237310 (Highway, Street and Bridge Construction) with a $45 Million size standard.
- Evaluation Criteria: Best value determination based on technical factors (Relevant Past Performance, Equipment Availability, Biobased/BioPreferred products) and cost/price. Technical factors are approximately equal to cost/price.
- Wage Determinations: Service Contract Act and Construction Wage Rates apply, with specific wage determinations provided for various states and counties (e.g., UT, NV, ID, MT, CO, ND, SD, CA, WY).
Submission Requirements
Offerors must submit commercial "shelf" rates, technical proposals, and price proposals electronically. Proposals should be named "R1-R4 FERM-VendorName-Quote" and "R1-R4 FERM-VendorName-Technical". Bidders must specify the geographic "Zones" (Region 1 East, Region 1 West, Region 1 Idaho, Region 4 Idaho/Wyoming, Region 4 Utah/Nevada) in which they are interested. The solicitation is "Open and Continuous" to add vendors throughout the BPA's lifecycle.
Additional Notes
Due to recent storm damage, emergency repairs are anticipated, and call orders may be issued to early offerors. Mobilization costs should not be included in initial pricing but will be addressed in future call orders. Government Furnished Material (GFM) is indicated for certain items like cattleguards and steel gates. Compliance with fire precautionary measures and equipment requirements during fire season is mandatory.