S--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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 4:00 PM UTC
Description

The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for landscaping services at the Eastern Neck National Wildlife Refuge in Maryland. The procurement involves regular mowing and trimming to maintain grass height below three inches from April to November, with a total contract value of $9.5 million and options for renewal over four additional years. This contract is crucial for maintaining the aesthetics and environmental integrity of the refuge, ensuring compliance with federal standards while promoting participation from small businesses, particularly those classified as Indian Small Business Economic Enterprises (ISBEE). Interested bidders must submit their quotations by April 8, 2025, following a site visit on April 1, 2025, and can contact Keith Rose at keith_rose@fws.gov or 612-713-5423 for further information.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 2:04 PM UTC
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.
Mar 27, 2025, 2:04 PM UTC
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.
Mar 27, 2025, 2:04 PM UTC
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.
Mar 27, 2025, 2:04 PM UTC
The document outlines an amendment for solicitation number 140FS325Q0053, primarily focusing on modifying contract terms and procedures. Key changes include reclassifying the solicitation as a Total Small Business Set-Aside, allowing all small businesses to participate. An additional site visit is scheduled for April 1, 2025, at 11:00 AM local time, providing potential respondents with further insights. The deadline for submission has been extended to April 8, 2025, at 12:00 PM EST. The period of performance for the contract is set from April 15, 2025, to April 14, 2030. The document emphasizes that all other terms and conditions of the solicitation remain unchanged. This amendment is crucial for encouraging broader participation among small businesses while maintaining the project's specifications and timelines as originally stated.
Mar 27, 2025, 2:04 PM UTC
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
CT-FWS STEWART B MCKINNEY-PESTICIDE
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for herbicide application services at the Stewart B. McKinney National Wildlife Refuge in Connecticut, under solicitation number 140FS325Q0066. The primary objective is to control invasive swallow-wort species through a targeted chemical treatment over a 4.18-acre area, with the goal of reducing its coverage by 30% during two application phases in 2025. This initiative is crucial for restoring native plant habitats and supporting local wildlife, aligning with broader environmental management efforts. Interested small businesses must submit quotes by April 25, 2025, following a mandatory site visit on April 23, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information. The estimated budget for this project is $9.5 million.
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
S--FREDERICKSBURG GROUNDS MAINTENANCE
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking qualified contractors for ground maintenance services at the Fredericksburg Magnetic Observatory. The procurement aims to ensure the upkeep of approximately 15 acres of grounds, requiring tasks such as mowing, aeration, weed control, and debris removal, while adhering to federal, state, and local regulations. This contract is crucial for maintaining the aesthetic and functional integrity of the observatory grounds, supporting ongoing data collection activities, and promoting environmental stewardship. Interested vendors must submit their quotes via email to Kekila Keuma by April 18, 2025, with the contract period running from May 1, 2025, to April 30, 2027, and must comply with the Federal Acquisition Regulations (FAR) guidelines.
MS NOXUBEE NWR HERBICIDE TREATMENT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking bids for herbicide treatment on approximately 753 acres at the Sam D. Hamilton Noxubee National Wildlife Refuge in Mississippi. This procurement is set aside for small businesses under NAICS code 325320, focusing on the application of pesticides while adhering to environmental regulations and ensuring the protection of non-target species. The contract requires comprehensive management of herbicide application, including reporting and compliance, with deliverables such as treatment reports and proof of regulatory adherence. Interested contractors must submit their quotes by April 28, 2025, and can contact Lee Riley at leeriley@fws.gov or 404-679-4158 for further information.
S--AK-KODIAK ADMIN SITE- CUSTODIAL CONTRACT
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide custodial services for the Visitor Center at Kodiak National Wildlife Refuge in Alaska. The contract, which spans from January 15, 2025, to January 14, 2030, requires the contractor to deliver comprehensive janitorial services, including regular cleaning, maintenance of specific areas, and adherence to environmental standards using eco-friendly cleaning materials. This procurement is crucial for maintaining a clean and sanitary environment in a federal facility, supporting both operational needs and compliance with government regulations. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
Reed canary-grass Control on the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking qualified contractors for the Reed canary-grass Control project as part of the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project. The objective is to control invasive species on approximately 9.5 acres of Buffalo Slough Island to support the survival and growth of planted trees, which is crucial for maintaining the ecological balance in this area of the Upper Mississippi River floodplain. This contract, set aside for small businesses under NAICS code 561730 (Landscaping Services), will be a Firm, Fixed-Price contract with a performance period from June 1, 2025, to July 30, 2027. Interested vendors must register in the System for Award Management (SAM) and can contact Scott Hendrix at scott.e.hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further details.
F--HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting quotes for Marine Natural Resource Support Services, specifically targeting projects at Wake Atoll in the Pacific Islands, including Hawaii, Guam, and the Commonwealth of the Northern Marianas. Contractors are required to provide comprehensive personnel, equipment, and logistical support for marine surveys, including vessel operations, safety management, and SCUBA diving operations, with a focus on environmental conservation and compliance. This procurement is a total small business set-aside, with a performance period from May 1, 2025, to May 1, 2026, and an option for a one-year extension; interested parties must submit proposals that meet specific qualifications, including valid U.S. Coast Guard licenses and relevant experience, by the designated deadlines. For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
Z--Repair Bow Creek Fence
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the Repair Bow Creek Fence project at the Missouri National Recreational River. The project entails the removal of damaged vegetation, repairs to existing fencing, and the installation of new treated wood posts and H-braces to secure the park's boundaries and manage cattle access. This initiative is crucial for maintaining the integrity of recreational areas while adhering to safety and environmental standards. Interested small businesses must submit their proposals, including the completed SF Form 1442, by the specified deadline, with an estimated contract value between $25,000 and $100,000. For further inquiries, contact Jarrod Brown at jarrodbrown@nps.gov or call 330-468-2500.
CARE 265911 Post Construction Seeding
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the CARE 265911 Post Construction Seeding project at Capitol Reef National Park. The contract involves comprehensive revegetation efforts across six sites totaling 11.28 acres, including hydroseeding, mulching, hand seeding, and planting nursery-grown plants, with a performance period extending until December 30, 2026. This initiative is crucial for ecological restoration following road and parking lot reconstruction, ensuring compliance with National Park Service regulations and maintaining site safety for visitors and workers. Interested parties must submit their quotes by May 14, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and aims to allocate 20% of awards to small businesses. This procurement is critical for maintaining the operational efficiency of the agency's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit a signed form 1449, a statement of capability, and their hourly labor rates, with the contract period set to commence on May 1, 2025, and run through April 30, 2035. For further inquiries, vendors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.