MD-FWS ESTRN NECK NWR-MOWING/LANDSCAPING
ID: 140FS325Q0053Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide mowing and landscaping services at the Eastern Neck National Wildlife Refuge in Maryland. This procurement, designated under the Indian Small Business Economic Enterprise (ISBEE) set-aside, aims to maintain the refuge's grass height below three inches from April to November, with weekly mowing and trimming tasks. The contract, valued at $9.5 million, emphasizes the importance of environmental stewardship and aesthetic maintenance in sensitive areas, while promoting participation from small and Indian businesses in federal contracting. Interested bidders must submit their quotations by March 27, 2025, following a site visit on March 20, 2025, and should contact Keith Rose at keith_rose@fws.gov or 612-713-5423 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the wage determinations under the Service Contract Act (SCA) as specified by the U.S. Department of Labor for contracts in Maryland counties, including Caroline, Dorchester, Kent, and Talbot. It details wage rates for various occupations and mandates contractors to pay covered workers according to minimum wage regulations established by Executive Orders 14026 and 13658. For contracts awarded post-January 30, 2022, workers must be compensated at least $17.75 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, the rate is $13.30 per hour unless higher rates are mandated. The document also states that health, welfare, vacation, holiday benefits, and paid sick leave are required under the SCA. Occupations are categorized with specific hourly rates, including various administrative, automotive, food service, and technical roles, with fringe benefits standardized across job categories. Additionally, there are provisions for uniform allowances and a conformance process for unlisted job classifications under the contract. Overall, this determination emphasizes compliance with labor standards to protect worker rights under federal contracting, essential for the execution of contracts funded by the federal government and relevant for state and local RFPs.
    The U.S. Fish and Wildlife Service is soliciting bids for a landscape maintenance contract at the Chesapeake Marshlands National Wildlife Refuge Complex, specifically Eastern Neck National Wildlife Refuge. The contract entails regular mowing and trimming to maintain grass height below 3 inches from April to November, with tasks to be completed weekly. Bidders must submit separate annual bid amounts for a one-year contract with options to renew for up to four additional years. Contractors are responsible for all necessary equipment and labor, adhering to safety regulations and federal guidelines, and must avoid using herbicides without approval. Performance will be monitored, and payment adjustments will occur based on adherence to service standards. Various job sites are designated, including parking areas and trails, with specific provisions for managing environmental impacts and maintaining aesthetics, particularly around sensitive areas like gardens. The document emphasizes the importance of planning and communication between contractors and government representatives to address weather-related service interruptions. Participation in an on-site pre-bid meeting is encouraged for bidders to understand the service requirements fully.
    This government document outlines the requirements for bidders to provide their past experience and references as part of the solicitation process. It mandates that all quoters must detail their relevant experience, specifically focusing on contracts similar in size and complexity to the proposed services. Bidders are to furnish information on up to four past contracts, including the contract type, total value, agency serviced, contact details, and a brief description of duties performed. This form also serves as a tool for assessing past performance, emphasizing the necessity of providing detailed reference information for consideration. The deadline for submission is specified, ensuring timely responses. The document illustrates the significance of demonstrating relevant experience in securing government contracts, thereby supporting the overall objective of the RFP process.
    The document outlines a Request for Quotation (RFQ) for Landscaping Services at the United States Fish and Wildlife Service's Eastern Neck National Wildlife Refuge in Maryland. The RFQ, numbered 140FS325Q0053, solicits offers from eligible contractors, specifically set aside for Indian Small Business Economic Enterprises (ISBEE), with a NAICS classification of 561730, covering landscaping services with a total contract value of $9.5 million. Key aspects include a site visit scheduled for March 20, 2025, with bids due by March 27, 2025. The contractor's performance will be evaluated based on technical expertise, management capabilities, and past performance. Required documentation includes a completed SF 1449 form, company information, and technical capability evidence. The contract may extend for up to four option years beyond the initial period. The document emphasizes the necessity for bidders to be registered in the System for Award Management (SAM) and provides specific clauses and evaluation criteria to ensure compliance with federal contracting standards. Ultimately, the RFQ represents the government's effort to secure qualified service for maintaining the refuge while promoting participation from small and Indian businesses in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    Woody Vegetation Removal (Mulching), McFaddin NWR,
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking small business contractors for a project involving the mulching of woody vegetation across 165 acres at the McFaddin National Wildlife Refuge in Sabine Pass, Texas. The objective of this procurement is to enhance environmental management by removing dense vegetation, with contractors required to provide personnel, machinery, materials, and supervision for the task. This initiative underscores the government's commitment to supporting small businesses, particularly those owned by veterans or economically disadvantaged individuals, while ensuring compliance with federal regulations regarding labor and environmental protections. Interested vendors must submit their technical and price proposals by March 21, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information. The estimated contract value is $11.5 million, with delivery expected by September 30, 2025.
    Tree/Woody Vegetation Removal-Glacial Ridge NWR. M
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a contract focused on the mechanical removal of trees and woody vegetation across 520 acres at the Glacial Ridge National Wildlife Refuge in Mentor, Minnesota. The primary objective of this project is to enhance tallgrass prairie habitat by reducing standing dead and live vegetation, thereby benefiting local wildlife. This initiative is particularly significant as it aligns with federal efforts to manage natural resources and promote environmental conservation. Interested small businesses must submit their proposals, which should include both technical and price components, by March 26, 2025, at 5:00 PM ET. For further inquiries, contractors can contact Darla Freyholtz at darlafreyholtz@fws.gov or by phone at 701-339-3829.
    FIRE/BIL: Tree/Brush Removal Agassiz NWR, Middle R
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting bids for a tree and brush removal project at the Agassiz National Wildlife Refuge in Middle River, Minnesota, aimed at enhancing firebreaks. The project involves the removal of woody vegetation from levees to maintain their integrity for flood control and habitat preservation, with contractors required to follow specific ecological and safety protocols. This initiative underscores the government's commitment to environmental stewardship and public safety, ensuring compliance with federal regulations and labor standards. Proposals are due by 5:00 PM ET on March 28, 2025, and interested vendors should contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information.
    VA-CHINCOTEAGUE Underground Conduit
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the construction of an underground conduit installation project at the Chincoteague National Wildlife Refuge in Virginia. The project, budgeted at less than $25,000, involves trenching approximately 310 feet, installing conduit, and making necessary asphalt repairs, with a contract duration of 14 days scheduled to commence on April 14, 2025, and conclude by April 30, 2025. This initiative underscores the government's commitment to environmental stewardship and compliance with federal regulations, including adherence to wage determinations and the protection of endangered species. Interested contractors must submit sealed bids by the specified deadline and can direct inquiries to Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
    F--Fire Break Creation Tamarac NWR, Rochert MN
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the creation of a fire break at the Tamarac National Wildlife Refuge in Rochert, Minnesota. The project involves constructing a fire break approximately 0.46 miles long and covering 2.24 acres, aimed at reducing wildfire risks and improving access for fire suppression efforts. This initiative is part of the government's commitment to environmental management and safety, emphasizing the importance of maintaining natural resources and protecting community safety. Proposals are due by March 21, 2025, with a performance period from April 1, 2025, to December 31, 2025. Interested vendors should contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further details and ensure compliance with all submission requirements.
    DE-PRIME HOOK NWR-PRIME HOOK DUMPSTER
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide dumpster rental and debris removal services at the Prime Hook National Wildlife Refuge in Delaware. The procurement involves the removal of construction and demolition debris, specifically requiring separate 30-yard dumpsters for general debris and clean concrete, with services needed from July 7 to July 28, 2025. This initiative is crucial for maintaining environmental standards and effective waste management at a federal wildlife refuge, ensuring compliance with local and state regulations. Interested vendors must submit their quotes by March 27, 2025, with an anticipated award date of April 10, 2025. For further inquiries, potential bidders can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423.
    Dredge Material Containment Area (DMCA) and Bird Island Mowing and Herbicide for Savannah and Brunswick Harbors.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is soliciting proposals for mowing and herbicide application services at the Dredge Material Containment Areas (DMCA) and Bird Island, which are critical for maintaining ecological conditions and operational effectiveness in the Savannah and Brunswick Harbors. This procurement is specifically set aside for small businesses under NAICS Code 561730, with a size standard of $9.5 million, and aims to ensure effective land management while adhering to environmental stewardship guidelines. Contractors will be required to submit their proposals by April 3, 2025, at 11:00 AM ET, demonstrating relevant past performance and proof of herbicide licensing in Georgia and South Carolina. For further inquiries, interested parties may contact Amy L. Collins at Amy.L.Collins@usace.army.mil or Nathan Aylesworth at nathan.a.aylesworth@usace.army.mil.
    Mowing and Herbicide Services for RS Kerr Lake, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing and herbicide services for RS Kerr Lake in Oklahoma. The procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 561730, which pertains to Landscaping Services. These services are crucial for maintaining the grounds and ensuring the aesthetic and ecological health of the area surrounding the lake. Interested contractors can reach out to Lee Maddox at lee.h.maddox@usace.army.mil or by phone at 918-669-4393 for further details regarding the solicitation process.