R9 Superior National Forest – Laurentian & LaCroix Mechanical Site Prep and Fuels Work
Combined Synopsis Solicitation from FOREST SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: MN. Response deadline: Apr 17, 2026. Industry: NAICS 115310 • PSC F006.
Market snapshot
Awarded-market signal for NAICS 115310 (last 12 months), benchmarked to sector 11.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 55 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 115310
Description
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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.