F--WFO 2026 - MANNAUL CUTTING/PILING
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 Department of the Interior, Bureau of Land Management (BLM), through the National Interagency Fire Center, has issued a Request for Quotes (RFQ), Solicitation Number 140L3726Q0028, for Manual Cutting/Piling and Fuels Reduction Services (WFO 2026). This opportunity is a Total Small Business Set-Aside for a firm-fixed price purchase order. Quotes are due by April 8, 2026, at 0900 MDT.
Scope of Work
The contractor will perform fuels reduction services, including manual thinning, piling, and lop and scatter of conifer tree species across approximately 980 base acres and 256 optional acres. Key tasks include:
- Slashing and piling of Ponderosa pine (>12” DBH restriction) at Jacobs Creek, Rome Hill, and Sand Draw.
- Lop and scatter for all conifer tree species (excluding Ponderosa pine) at Rome Hill and Wagonhound, regardless of size. Work must adhere to specific performance standards detailed in the Performance Work Statement (PWS), including cutting, stump height, and material piling. The use of hand equipment (chainsaws) is mandatory, with no heavy equipment permitted, though ATVs/UTVs may be used for transport. Contractors must establish and maintain a Quality Control Program.
Contract Details
- Contract Type: Firm-Fixed Price Purchase Order
- Solicitation Number: 140L3726Q0028
- Period of Performance: June 15, 2026, to September 25, 2026 (overall). Specific completion dates vary by location.
- Set-Aside: Total Small Business Set-Aside (NAICS 115310, $34M size standard)
- Agency: Bureau of Land Management, National Interagency Fire Center
- Contact: Linda Neely (linda_neely@ios.doi.gov, 458-899-4077)
Submission & Evaluation
Quotes must include a signed SF1449, a work schedule, a technical proposal detailing capability, experience, equipment, and personnel, past performance references, and a completed Price Proposal Schedule. Offerors must sign Amendment 0001 for award consideration. Evaluation will be based on Lowest Price Technically Acceptable (LPTA) criteria.
Key Deadlines
- Solicitation Deadline: April 8, 2026, 0900 MDT
Additional Notes
No formal site visit is scheduled, but contractors may visit treatment units at their discretion. Geo-referenced maps are available upon request. Offerors must be actively registered in SAM.gov. Wage determination is provided. Access details for specific sites, including gate codes, have been clarified via Amendment 0001 Q&A.