Tree Thinning and Piling Services, Oregon Caves NM
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 National Park Service (NPS), Oregon Caves National Monument and Preserve, is soliciting quotes for Tree Thinning and Piling Services. This is a 100% Total Small Business Set-Aside under NAICS 115310 (Support Activities for Forestry, $11.5M size standard), seeking a firm-fixed-price contract. The objective is to reduce wildland fire risk around key areas within the Monument. Quotes are due May 14, 2026, at 3:00 PM PDT.
Scope of Work
The contractor will provide all labor, equipment, materials, and services for mechanically cutting and piling small diameter conifers (<8" DBH live, <13" DBH dead) and removing ladder fuels across approximately 208 acres. Work includes pruning, bucking dead material, and creating conical piles (4-6' high/wide, capped, 15' from trees) within 20 days of cutting. Operations must protect park visitors, rare plants, archaeological sites, infrastructure, and wildlife habitat, minimizing aesthetic impacts. Motorized equipment is limited to hand-held items.
Contract Details & Timeline
- Contract Type: Firm Fixed-Price
- Set-Aside: 100% Total Small Business
- NAICS Code: 115310 (Support Activities for Forestry), Size Standard: $11.5M
- Period of Performance: Anticipated start between July 16-20, 2026, with all work completed by September 30, 2026. Work cannot begin before July 16, 2026, due to bird breeding season.
- Place of Performance: Oregon Caves National Monument & Preserve, along Highway 46 and the Historical District.
- Response Due: May 14, 2026, 3:00 PM PDT.
Submission Requirements
Quotes must be submitted electronically to Phaedra_Fuller@ios.doi.gov and include:
- Completed SF-1449 (blocks 12, 17, 23, 24, 30a, b, & c) with SAM.gov EUI.
- Acknowledgment of amendments.
- Completed Attachment 4: Forms and Provisions (Price Schedule, Proposed Team, Relevant Experience, Key Personnel Qualifications).
- A Technical Approach narrative (max 5 pages).
- A Proposed Schedule.
- Optional Small Business Re-representation.
- Past Performance references (Attachment 5 can be used). Bidders must use the Price Schedule in Attachment 4 for pricing. Compliance with DOL Service Wage Rates (Attachment 2) is mandatory for labor cost calculations.
Evaluation Factors
Award will be based on an evaluation of Price, Technical Approach, Relevant Experience, Key Personnel, Schedule, and Past Performance. Past performance will be considered in determining responsibility.
Special Requirements
Contractor personnel must have current arboricultural industry certifications, and operations must comply with ANSI Z133.1-2006 Tree Care Safety Standards and federal OSHA regulations. A site-specific safety and health plan is required. The contractor is responsible for all equipment, personnel, traffic control, and ensuring equipment is cleaned to prevent invasive species introduction. No weapons, drones, or UAVs are authorized.