Opportunity
SAM #1240BE26Q0055
Roadside Brushing and Fire Protection Services for McKenzie River Ranger District, Willamette National Forest
Buyer
Willamette National Forest
Posted
April 17, 2026
Respond By
May 08, 2026
Identifier
1240BE26Q0055
NAICS
115310
The USDA Forest Service is seeking a small business contractor to provide roadside brushing and associated fire protection services for the McKenzie River Ranger District in the Willamette National Forest, Oregon. - Government Buyer: - USDA Forest Service, Willamette National Forest, McKenzie River Ranger District - Contracting offices include Willamette National Forest (Springfield, OR) and USDA-FS CSA Northwest 3 (Portland, OR) - Products/Services Requested: - Roadside brushing maintenance on Level 2 roads (19.8 miles) - Roadside brushing maintenance on Level 3-5 roads (33.4 miles) - Mobilization of all equipment and personnel to the project site - Fire security services, including fire watch and suppression measures during operations (April 1 to October 31 annually) - Compliance with fire precaution levels, equipment fire safety requirements, and designated fire security personnel during high-risk periods - Notable Requirements: - Contractor must provide all labor, supervision, equipment, materials, and transportation - Submission of a work schedule, Quality Control Plan, and equipment/operator experience - Compliance with Service Contract Labor Standards and wage determinations for Lane County, Oregon - Past performance documentation and anti-discrimination/DEI certifications required - Fire plan preparation and adherence to strict fire safety protocols during the contract period - No specific OEMs or named vendors are required; the solicitation is open to qualified small businesses under NAICS 115310.
Description
This acquisition is set-aside for small business concerns. The applicable North American Industry Classification Standard Code is 115310. The small business size standard is $11.5 million. This acquisition is a Total Small Business Set-Aside. All responsible sources may submit a quotation, which will be considered by the agency.
Statement of Requirement
This is a non-personal services contract to provide Roadside Brushing to the Mckenzie River Ranger District (MRRD) of the Willamette National Forest (WNF). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor, who, in turn, is responsible to the Government.
Interested parties are highly encouraged to visit the site before submitting an offer.
The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items and non-personal services necessary to provide road roadside brushing services. The contractor shall provide services in accordance with this Performance Work Statement (PWS), and all applicable federal, state, and local laws and regulations.
Schedule of Items See Attachment: Schedule of Items and Performance Work Statement.
Attachments Schedule of Items and Performance Work Statement Wage Rates Willamette National Forest Commercial Road Rules Fire Protections and Suppression Forms, R6-FS-6300-52 Brushing Vicinity Maps
Evaluation and Basis for Award
The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services, is not applicable to this solicitation. In lieu of this provision, quotes will be evaluated in accordance with FAR 12.203 based on the criteria listed below. The contract will be awarded to the offeror representing the best value to the Government.
Technical Approach The technical approach will evaluate the ability of the offeror to provide a sound and compliant approach that meets all requirements and shows a thorough understanding of them. It is the contractor's responsibility to ensure their quotation clearly demonstrates their capability to meet these requirements. All offerors must provide the following minimum information and documentation with their quotations to be considered responsive and have their offers evaluated: Ability of the offeror to meet the schedule requirements listed in the Performance Work Statement (PWS) Submit work schedule demonstrating how many miles, as a Vendor, expect to be completed per day. Submit a Quality Control Plan (QCP) – List procedures to identify, prevent, and ensure non-recurrence of defective services. The Contractor’s QCP is the means by which the Contractor assures that their work will comply with the requirements of the contract. Submit a list of all equipment to be used to complete the project along with experience of the equipment operators.
Price The offeror shall provide pricing as requested in the Schedule of Items of this Request for Quote. Failure to propose pricing for all individual line items may result in a quotation being excluded from further consideration. The offeror’s quotation will be evaluated in accordance with FAR 12.204, to determine if it is fair and reasonable.
Past Performance The offeror will provide a list of projects from the past three or more years that specifically involved roadside brushing or equivalent activity. Each project listed will contain the period of performance, location (city, state), amount awarded, and the name of the point of contact with contact information (email and phone number). The Government may utilize any references provided by the Contractor, along with information from past contracts/orders with the USDA and sources such as Federal Government sources or the Contractor Performance Assessment Reporting System (CPARS), to determine if the Contractor has acceptable or neutral Past Performance. Past performance will be evaluated using the following rating system: Acceptable: The contractor demonstrates the ability to meet contract requirements in prior or current contracts, including quality of work, timeliness, cost control, business relations, and adherence to contract terms. Neutral: Offeror does not have a past performance record. Unacceptable: The contractor has a documented history of failing to meet contract requirements, including poor quality, missed deadlines, cost overruns, lack of responsiveness, or unethical behavior.
Evaluation Method All quotations will be evaluated to identify the offeror presenting the most technically advantageous solution based on the stated evaluation criteria. Once the highest technically rated offeror is identified, their price will be evaluated to determine whether it is fair and reasonable. Past performance will also be assessed to ensure it is acceptable or neutral. The contract will be awarded to the offeror whose proposal is determined to be the highest technically rated, provided that: The proposed price is fair and reasonable, and Past performance is assessed as acceptable or neutral. Contract will not necessarily be awarded to the lowest-priced offeror.
Submission Details Offerors shall submit their quote along with their technical response and past performance documentation via email with three separate attachments: (1) Schedule of items, (2) Technical response, and (3) Past performance, no later than May 7, 2026, 17:00 PT. Emails should be sent to Jared Machgan at jared.machgan@usda.gov.
Service Contract Labor Standards The Service Contract Labor Standards may apply to any contracts awarded through this solicitation. In accordance with FAR 22.1002-3(a)(2), Wage Determinations will be provided by the Government for the project location in Lane County, OR.
Applicable Solicitation Provisions 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998): This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. The full text of these provisions can be obtained upon request or accessed electronically at https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52. 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (Nov 2025): Add any items at FAR 52.212-1 not already stated and other applicable instructions such as page limits, font size, document type required for submission (PDF, Excel). Amendment to FAR 52.212-1: Period for acceptance of offers: The Offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. Questions: Questions shall be submitted via email to Jared.Machgan@usda.gov and are due no later than May 4, 14:00 Pacific Time.
Additional FAR and AGAR Provisions 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation (Sep 2025) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Sep 2025) 52.240-90 Security Prohibitions and Exclusions Representations and Certifications (Nov 2025) The following provisions are applicable if checked: ☐ 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2024) ☒ 52.204-7 System for Award Management—Registration (Nov 2025) ☐ Alternate I (Nov 2025) to 52.204-7 ☐ 52.204-90 Offeror Identification (Nov 2025) ☐ 52.207-6 Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Aug 2024) ☐ 52.209-12 Certification Regarding Tax Matters (Oct 2025) ☐ 52.219-2 Equal Low Bids (Nov 2025) ☒ 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2021) ☒ 52.222-48 Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment—Certification (Nov 2025) ☐ 52.222-52 Exemption from Application of the Service Contract Labor Standards for Certain Services—Certification (Nov 2025) ☐ 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan (Oct 2020) ☐ 52.223-4 Recovered Material Certification (May 2008) ☐ 52.225-2 Buy American Certificate (Oct 2022) ☐ 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate (Nov 2025) ☐ 52.225-6 Trade Agreements-Certificate (Feb 2021) ☐ 52.226-3 Disaster or Emergency Area Representation (Nov 2007) ☐ 52.229-11 Tax on Certain Foreign Procurements—Notice and Representation (Jul 2025) AGAR Provisions 452.203-70 Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) Certification (Dec 2025): By submission of its offer, the offeror certifies that: It is compliant with all applicable Federal anti-discrimination laws and the Equal Protection principles of the U.S. Constitution. Neither it nor any proposed subcontractor or teaming partner operates or funds any program, policy, or initiative that promotes DEI in a manner that violates any applicable Federal anti-discrimination laws, including but not limited to Title VI and VII of the Civil Rights Act of 1964, or the Equal Protection principles of the U.S. Constitution. Additional clauses continue as per the original document, emphasizing compliance and certification requirements.