Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2026 SAM #8900
SOLICITATION NOTICE

F -- R9 Superior National Forest � Laurentian & LaCroix Mechanical Site Prep and Fuels Work

Notice Date
4/7/2026 7:09:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
USDA FOREST SERVICE SAINT PAUL MN 55108 USA
 
ZIP Code
55108
 
Solicitation Number
12443926Q0025
 
Response Due
4/17/2026 3:00:00 PM
 
Archive Date
05/02/2026
 
Point of Contact
Kathleen McTighe, Phone: 218-626-4385, David Easter
 
E-Mail Address
kathleen.mctighe@usda.gov, david.easter@usda.gov
(kathleen.mctighe@usda.gov, david.easter@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SAM.gov Notice � Site Visit / Onsite Q&A Availability A Forest Service representative will be available onsite at the Rice Bay Boat Access on Tuesday, April 14, from 1200 to 1300, to answer questions related to Solicitation 12443926Q0025 � R9 Superior National Forest: Laurentian & LaCroix Mechanical Site Prep and Fuels Work (FY2026). See attached map. This notice is issued in connection with the combined synopsis/solicitation posted under FAR Part 12, using Simplified Acquisition Procedures (SAP) under FAR 13, consistent with the Revolutionary FAR Overhaul (RFO). Offerors are encouraged to attend; no formal presentation will be provided. Questions asked onsite that require official clarification will be addressed through a written amendment to ensure equal information for all offerors. Location: Rice Bay Boat Access Date/Time: Tuesday, April 14, 1200�1300 Purpose: Informal Q&A with a Forest Service representative All solicitation documents�including the Performance Work Statement, Schedule of Items, and maps�remain available in the main SAM.gov posting. Solicitation Number: 12443926Q0025 Title: R9 Superior National Forest � Laurentian & LaCroix Mechanical Site Prep and Fuels Work (FY2026) This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Part 12 as revised under the Revolutionary FAR Overhaul (RFO). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This acquisition is being conducted using Simplified Acquisition Procedures (SAP) under FAR 13, supplemented by AGAR Part 413. Two awards may result from this solicitation: � Award 01 � Mechanical Site Prep (Laurentian Ranger District) � Award 02 � Mastication/Fuels (LaCroix Ranger District) NAICS & Set?Aside � NAICS: 115310 � Support Activities for Forestry � Size Standard: $11.5M � Set?Aside: Total Small Business Set?Aside DESCRIPTION OF REQUIREMENT The Superior National Forest requires mechanical site preparation (rock raking) and fuels reduction/mastication services in the Laurentian and LaCroix Ranger Districts. Work includes all labor, supervision, equipment, transportation, and incidentals necessary to perform all tasks in accordance with the attached Performance Work Statement (PWS) and Schedule of Items. Maps will be provided as separate attachments in the SAM.gov posting. Attachments (provided in SAM posting): Attachment 1 � Performance Work Statement (PWS) (12443926Q0025 01_PWS�) Attachment 2 � Schedule of Items (12443926Q0025 Schedule�) Maps (uploaded separately) SCHEDULE OF ITEMS Award 01 � Laurentian Ranger District: � CLIN 001 � Rock Raking / Mechanical Site Prep � Estimated Acres: 146 Award 02 � LaCroix Ranger District: � CLIN 002 � Fuels Work � Mastication � Estimated Acres: 40 Offerors shall provide unit prices for each CLIN, extended to a total price. PERIOD OF PERFORMANCE Per PWS Section 4.0 � Mechanical Site Prep: June 1, 2026 � October 31, 2026 (soil?dependent) � Mastication: June 1, 2026 � April 1, 2027 TECHNICAL REQUIREMENTS All work must comply with the PWS, including: � Rock raking to 4�8 inch depth; slash piling limits; equipment requirements; rutting restrictions; leave?tree rules; resource protection; sanitation; and road use/maintenance. � Mastication includes mulching hazardous fuels, debris removal from roads, and minimizing impacts to protected tree species. Offerors are strongly encouraged to review all PWS specifications before quoting. EVALUATION INFORMATION Quotes will be evaluated without FAR 52.212?2, consistent with FAR 12.203 under SAT: Step 1 � Go/No?Go Technical Capability Offerors must submit a technical capability statement explaining: � Planned time frames for performance � Personnel/equipment resources � Method for meeting PWS requirements � Understanding of deliverables (If missing or insufficient, quote deemed non?responsive.) Step 2 � Lowest Price � Technically Acceptable (LPTA) Among acceptable Step 1 quotations, lowest price will receive award. INSTRUCTIONS TO OFFERORS Submit the following by the closing date in SAM.gov: Signed Quote Completed Schedule of Items Technical Capability Statement (required for Step 1) SAM?registered UEI Quotes shall remain valid for 90 days (per template requirement). Questions shall be submitted to the POC listed in the SAM notice. CLAUSES & PROVISIONS The following apply in full text or by reference (template?standard): � 52.212?4, 52.203?17, 52.203?19, 52.222?50, 52.226?8, 52.232?39, 52.232?40, 52.233?3, 52.233?4, 52.240?91, 52.244?6 � AGAR 452.203?71 (DEI Compliance), 452.204?70 (Closeout), 452.211?71/72, and other applicable AGAR clauses mandated under RFO. (The full clause package will be included verbatim in the PDF attached to the SAM posting.) POINTS OF CONTACT (CORs) As listed in the Schedule of Items table: � Laurentian RD: Michael Sauter � michael.sauter@usda.gov � LaCroix RD: Paul Valento � paul.valento@usda.gov � LaCroix RD: Lori Karau � lori.karau@usda.gov QUOTE SUBMISSION Quotes must be submitted electronically to the email address david.easter@usda.gov by the date and time indicated. Late quotes may not be considered. This combined synopsis/solicitation is issued under FAR Part 12 and FAR Part 13 procedures, consistent with the Revolutionary FAR Overhaul (RFO). All responsible small business sources may submit a quote.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ece9ae0ee40642cbbf9dc6f79a3776ae/view)
 
Place of Performance
Address: MN 55705, USA
Zip Code: 55705
Country: USA
 
Record
SN07770080-F 20260409/260407230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.