Saddle Mtn. NWR Aerial Herbicide ~129 Acres
ID: 140F1B24Q0030Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS CONSTRUCTION & A/E - BIL/DISASTERFalls Church, VA, 22041, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- AERIAL FERTILIZATION/SPRAYING (F001)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide aerial herbicide application services for approximately 129 acres at the Hanford Reach National Monument in Washington. The contract, structured as a total small business set-aside, requires the application of two specific herbicides, Rejuvra (Indaziflam) and Plateau (Imazapic), with a performance period from October 1 to December 15, 2024. This initiative is crucial for ecological restoration efforts aimed at managing non-native grassland habitats, aligning with broader federal conservation goals. Interested contractors must submit their quotes by September 13, 2024, and are required to be registered in the System for Award Management (SAM). For further inquiries, contact Tariq Malveaux at tariq_malveaux@fws.gov or call 980-368-0242.

    Point(s) of Contact
    Files
    Title
    Posted
    The BIL Sagebrush Aerial Herbicide Application Performance Work Statement outlines a non-personal services contract for aerial spraying of herbicides on 129 acres within the Hanford Reach National Monument, scheduled from October 1 to December 15, 2024. The contractor must provide all necessary personnel, equipment, and materials for two tank mixes of herbicides—Rejuvra (Indaziflam) and Plateau (Imazapic)—and adhere to specific application standards, including timing relative to weather conditions. The contractor is responsible for quality control, ensuring compliance with state and federal regulations, and providing GPS tracking data for herbicide application. The scope of work includes detailed herbicide mixing and spraying instructions, emphasizing the need for precision in coverage while preventing applications in unauthorized areas. The document further details contractor responsibilities, government-furnished items, performance objectives, and reporting requirements for successful project execution, ultimately aiming to restore non-native grassland habitats. This work is not only vital for ecological restoration but also aligns with broader federal conservation efforts, highlighting the government's commitment to environmental management.
    The document outlines a federal initiative focused on managing requests for proposals (RFPs) and grants across various government levels. Its primary purpose is to establish guidelines for the utilization of federal grants and RFPs, facilitating better coordination among state and local agencies. Key points include the identification of eligible projects, the criteria for evaluation, and the significance of adhering to federal regulations and guidelines. The structure of the document includes sections detailing the process for proposal submissions, compliance requirements, and metrics for assessing project success. Additionally, it emphasizes the importance of transparency and accountability in managing public funds, ensuring that allocated resources effectively address community needs. The initiative aims to streamline the application process, promote equitable access to funding, and encourage innovative solutions to pressing issues within communities. By setting standards for documentation, evaluation, and reporting, the document fosters a more efficient and responsive approach to public funding. This strategic effort reflects the federal government's commitment to enhancing local capacities while enabling collaboration among various stakeholders, ultimately driving positive outcomes and sustainable development in targeted areas.
    The document outlines the Offeror Representations and Certifications applicable to Commercial Products and Services for government contracts, particularly emphasizing the requirements for small business representations, ownership structures, and compliance with various federal regulations. It defines essential terms such as "economically disadvantaged women-owned small business," "service-disabled veteran-owned small business," and "manufactured end product." Offerors must complete relevant sections whether they have registered in the System for Award Management (SAM) and are expected to certify their representations regarding small business status, prior federal contracts, and tax delinquencies. Additional certifications include compliance with the Buy American Act, restrictions on contracting with certain entities, and disclosures regarding potential child labor and sensitive technology. The document serves as a formal declaration ensuring compliance with federal policies and aiding in the promotion of responsible procurement practices. It is structured as a series of definitions, representations, and certifications aimed at maintaining transparency and integrity in federal contracting, thereby fostering opportunities for diverse business entities while ensuring regulatory adherence.
    The document is a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service (USFWS) for aerial herbicide application services at Hanford Reach National Monument, Washington. It is structured as a combined synopsis/solicitation, incorporating commercial product services guidelines under the Federal Acquisition Regulation (FAR). The contract involves treating approximately 129 acres, with a performance period from October 1 to December 15, 2024. The RFQ is a total small business set-aside, emphasizing the importance of small business participation. Quotes must include pricing for one lump sum for the aerial herbicide application and must be submitted to the designated point of contact by September 13, 2024. Interested contractors are required to be registered in the System for Award Management (SAM) and submit necessary certifications and representations. The document outlines various provisions, clauses, and requirements, highlighting that submission does not commit the government to pay costs incurred in preparation or to contract for supplies. This RFQ reflects the government's structured approach to sourcing services while promoting a competitive environment for small businesses and ensuring compliance with federal regulations and standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--Invasive and Woody Vegetation Herbicide Treatment
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a federal contract focused on invasive and woody vegetation herbicide treatment at two wildlife refuges in Michigan. The project involves aerial herbicide treatment across 1,800 acres at Shiawassee National Wildlife Refuge and 18 acres at Detroit River International Wildlife Refuge, utilizing aquatic-approved glyphosate and crop oil to manage vegetation and support habitat restoration efforts. This contract, identified as Request for Proposal (RFP) Number 140F0S24R0022, is set aside for small businesses, with a performance period from September 23, 2024, to September 22, 2025. Interested bidders must submit their quotations by September 17, 2024, at 1:00 PM Central Time, and can contact Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217 for further information.
    WA-MID-COLUMBIA RIV NWR-FLOWERING RUSH D
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the survey and removal of invasive flowering rush on 10 acres at the Columbia River National Wildlife Refuge, with the potential for additional acreage depending on funding. The objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by employing a contractor to provide all necessary labor, materials, and compliance with safety regulations, culminating in a final report on the effectiveness of the removal efforts. Quotes for this total small business set-aside opportunity are due by September 19, 2024, with the performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit a complete quote, including representations and certifications, to be considered for this project.
    WA-HANFORD RCH NWR-MAPPING AT SADDLE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor to develop a threat-based vegetation cover map for the Saddle Mountain Unit within the Hanford Reach National Monument in Washington. The project requires the contractor to provide all necessary personnel, equipment, and services to produce a high-resolution map with a 10-meter resolution, aimed at assisting in the management and restoration of vegetation affected by wildfires and invasive species. This initiative is part of the government's efforts to protect ecological integrity while engaging small businesses in environmental management, with key deliverables including a draft report due by August 1, 2025, and final deliverables by September 19, 2025. Interested parties can contact Oscar Orozco at oscarorozco@fws.gov for further information, as the contract is set aside for small businesses on a lowest-price technically acceptable basis.
    Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a project to deliver and spread gravel at the Hanford Reach National Monument, with a focus on reinforcing roads around the Wahluke Pond for fire management purposes. Contractors are required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to spreading, with the work to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, emphasizing the government's commitment to environmental stewardship. Interested contractors must submit their proposals by October 11, 2024, with the project budget set at under $25,000; for further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
    15--Weed Control Unmanned Aircraft Services (UAS) Aeri
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking contractors to provide Unmanned Aircraft Services (UAS) for weed control and aerial herbicide application at the Malheur National Wildlife Refuge, covering approximately 520 acres. The primary objective is to manage invasive vegetation and enhance bird habitats, with potential for additional services across various locations in the contiguous United States. This initiative underscores DOI's commitment to environmental management and conservation, particularly in wetland ecosystems. Interested vendors must submit their responses by October 31, 2024, and can direct inquiries to Stephanie Boles at stephanieboles@ibc.doi.gov.
    OR-FWS SHELDON-HART-SEED MIX
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the supply of two custom native seed mixes aimed at ecological rehabilitation following the 2022 North Springs Fire at the Sheldon National Wildlife Refuge in Nevada. The procurement focuses on restoring native plant species to compete against invasive grasses in affected areas, with specific seed mixes designed for aerial dispersal over designated acres. This initiative underscores the importance of sustainable land management and ecological restoration practices. Interested small businesses must submit their quotes by 5 PM Eastern Time on September 17, 2024, with delivery of the seeds required between October 28 and November 30, 2024. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
    CERRO MONTOSO CHEMICAL TREATMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the Cerro Montoso Cheatgrass Treatment project in Taos County, New Mexico, which involves the chemical application of the herbicide Plateau (Imazapic) over approximately 330 acres to control cheatgrass, a non-native species detrimental to local ecosystems. The contractor will be required to conduct an on-site meeting with BLM personnel, apply the herbicide without causing ground disturbance, and comply with all federal and state regulations regarding chemical applications. This project is part of BLM's broader mission to restore native habitats and promote sustainable land use practices, with a performance period from October 1 to October 31, 2024, and quotes due by September 18, 2024. Interested contractors must be registered in the System for Award Management (SAM) and provide their Unique Entity ID and CAGE code with their proposals, with the contract awarded based on the lowest price technically acceptable offer.
    WA-SPRING CRK NFH-DE-WATERING & EFFLUENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a federal contract to service and install pumps at the Spring Creek National Fish Hatchery in Washington State. The procurement involves servicing a 30 HP de-watering pump and installing a new 7.5 HP effluent pump, with a focus on ensuring operational efficiency and compliance with federal regulations. This opportunity is particularly significant as it supports the maintenance of vital hatchery services, which are crucial for the management of fishery resources. Interested small businesses must submit their quotes electronically by September 19, 2024, with the contract performance period running from September 23, 2024, to November 30, 2024. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
    R--AZ SAN BERNADINO NWR SURVEY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide architectural and engineering (A&E) services for a Watershed LiDAR and Survey project at the San Bernardino National Wildlife Refuge in Arizona. The project involves high-resolution digital orthophotography, LiDAR acquisition, and topographic surveys across approximately 237 square miles, with a focus on establishing field survey control and developing a Digital Elevation Model (DEM) to support habitat restoration efforts for endangered aquatic species. This initiative is crucial for enhancing climate adaptation and restoring habitats impacted by agricultural expansion and climate change. Interested firms must submit their Standard Form 330 (SF330) by September 20, 2024, with a site visit scheduled for September 10, 2024. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or 505-248-6792.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.