Fixed-wing aviation services in New Mexico to support predator damage management activities
ID: 12639524Q0244Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, USA

NAICS

Other Nonscheduled Air Transportation (481219)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR CHARTER (V121)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified contractors to provide fixed-wing aviation services in New Mexico to support predator damage management activities. The procurement involves a firm fixed-price indefinite delivery indefinite quantity contract with five ordering periods, each lasting one year, focusing on the operation of fixed-wing aircraft to address wildlife predation issues. This initiative is crucial for effective wildlife management and aims to ensure compliance with federal regulations and safety standards while utilizing aerial services. Interested contractors must submit their qualifications, technical capabilities, and a completed Standard Form 1449 by August 1, 2024. For further inquiries, Amanda Barbosa can be contacted at amanda.barbosa@usda.gov or by phone at 612-336-3433.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for commercial aviation services issued by the USDA Animal and Plant Health Inspection Service (APHIS) for wildlife management activities in New Mexico. The RFP specifies a firm fixed-price indefinite delivery indefinite quantity contract with five ordering periods, each lasting one year, for fixed-wing aircraft operation aimed at managing wildlife predation issues. Contractors are required to submit their qualifications, technical capabilities, and a completed Standard Form 1449 by August 1, 2024. Key requirements include the provision of a suitable aircraft, adherence to safety and maintenance protocols, and pilot qualifications, which entail significant flying experience and specific training. The document emphasizes the importance of contractor compliance with FAA regulations and the necessity for equipment to meet detailed specifications for safety and operational readiness. Additionally, it outlines the billing process, including fixed hourly rates for flight services and travel expenses. Overall, the RFP reflects the USDA's commitment to effectively managing wildlife damage through aerial services while ensuring compliance with federal regulations and safety standards.
    Similar Opportunities
    FY25 IDIQ's for GHMC Aerial Insecticide Treatments
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified contractors for the FY25 Indefinite Delivery Indefinite Quantity (IDIQ) contracts for aerial insecticide treatments targeting pest management on rangelands. The procurement involves firm fixed-price contracts for the aerial application of insecticides, with contractors responsible for providing aircraft and insecticides while the government supplies maps and oversight. This initiative is crucial for managing pest populations effectively, ensuring agricultural health, and adhering to environmental regulations. Interested parties can contact Kim Yen Tu at kimyen.n.tu@usda.gov or by phone at 161-233-63602 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Feral Swine Panel Trap Systems
    Buyer not available
    The United States Department of Agriculture (USDA), through its Animal and Plant Health Inspection Service (APHIS), is seeking proposals for the procurement of Feral Swine Panel Trap Systems as part of the African Swine Fever Emergency Response Trap Bank project. This initiative aims to enhance feral swine management by acquiring 252 specialized guillotine-style trap gates, 1506 trap panels, and 52 remote/cellular operated systems for rapid deployment across high-risk locations in the continental U.S. The importance of this procurement lies in its role in bolstering national biosecurity against potential African swine fever outbreaks, which pose significant economic threats to the U.S. pork industry. Interested small businesses must submit their complete quotes by March 28, 2025, and can direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov or by phone at 612-336-3433.
    Operations and Reporting System (OARS)
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking to extend an existing firm-fixed-price GSA task order with Axiom Resource Management, Inc. for IT services related to the Wildlife Services’ Operations and Reporting System (OARS) for an additional eight months. This extension is necessary to complete the final development and testing phases, ensuring a go-live date of October 14, 2025, along with a hyper-care period for addressing post-launch issues. The project is critical as it involves specialized IT services that are essential for the effective management of wildlife operations, and the current contractor possesses the unique expertise required at this advanced stage of development. Interested parties can reach out to Larry Nelson at larry.d.nelson@usda.gov or by phone at 612-336-3225 for further information.
    ITAM Aerial Herbicide
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Aerial Herbicide Services at Fort Drum, NY. The contractor will be responsible for aerially applying chemical herbicide via helicopter to restore line-of-sight on various live fire ranges and the Main Impact Area. This service is crucial for maintaining operational readiness and safety in training environments. Interested parties must submit their quotes electronically via the PIEE Solicitation Module, and for further assistance, they can contact Nataly Johnson at nataly.l.johnson.mil@army.mil or by phone at 315-772-5034.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    R--USPAP/UASFLA Market value Property Appraisal for S
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide a market value property appraisal for a 29.56-acre parcel of land (SAPU 102-34) located in Mountainair, New Mexico. The appraisal must adhere to the Uniform Standards of Professional Appraisal Practice (USPAP) and the Uniform Appraisal Standards for Federal Land Acquisitions (UASFLA), focusing on establishing just compensation for federal land acquisition purposes. This procurement is critical for the management and expansion of the Salinas Pueblo Missions National Monument, ensuring compliance with federal regulations and fair compensation practices. Interested bidders must submit their quotations by February 14, 2025, with the performance period scheduled from March 19 to April 25, 2025. For further inquiries, contact Luis A. Cibrian at luiscibrian@nps.gov.
    Fence Enclosures, Kingsville, TX
    Buyer not available
    The Department of Agriculture's Animal and Plant Health Inspection Service (APHIS) is soliciting bids for the construction and installation of fencing enclosures in Kingsville, Texas, aimed at containing feral swine populations as a preventive measure against potential African Swine Fever outbreaks. The project requires contractors to clear approximately 2.5-3 acres of heavy brush and construct a perimeter fence with three internal partitions, adhering to specific material and installation guidelines. This initiative is critical for agricultural biosecurity and disease prevention, reflecting the federal government's commitment to managing invasive species. Interested contractors must submit sealed offers by March 28, 2025, with an estimated project cost between $25,000 and $100,000, and are encouraged to contact Jim Roloff at james.g.roloff@usda.gov or 612-590-7603 for further inquiries.
    S--ORGAN PIPE CACTUS NATIONAL MONUMENT (ORPI) require
    Buyer not available
    The Department of the Interior's National Park Service is seeking qualified vendors to provide insect and rodent control services at the Organ Pipe Cactus National Monument in Arizona under solicitation number 140P1525Q0039. The contract will cover a base year from April 1, 2025, to March 31, 2026, with the option for up to four additional years, aimed at ensuring a safe environment for park visitors by effectively managing pest-related challenges. Interested small businesses must submit their quotes by March 26, 2025, at 1:00 PM MST, and demonstrate their capabilities through an experience narrative and references for similar projects. For further inquiries, vendors can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    MIMBRES/WILDERNESS RD JANITORIAL SERVICES
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Wilderness Ranger District in Mimbres, New Mexico, under solicitation number 127EAV25Q0007. The contract encompasses a base year from April 1, 2025, to March 31, 2026, with four optional years extending to March 31, 2030, and includes routine weekly cleaning, quarterly deep cleaning, and annual carpet shampooing for three office buildings totaling approximately 4,340 square feet. This procurement is vital for maintaining cleanliness and hygiene standards in government facilities, ensuring compliance with bio-based procurement requirements and safety regulations. Interested contractors must submit proposals by March 23, 2025, and direct any questions to Ellena Silva at ellena.silva@usda.gov before March 17, 2025.
    2025 Annual Review National Type 2 Firefighter Crews
    Buyer not available
    The U.S. Department of Agriculture, through the Forest Service, is soliciting offers for multiple Blanket Purchase Agreements (BPA) for National Type 2 firefighter crews as part of the 2025 Annual Review. The procurement aims to secure commercially available Type 2 qualified wildfire crews to assist with fire suppression and various emergency activities across the United States. This contract is crucial for ensuring effective firefighting services and resource management during wildfire incidents, with a five-year term and annual reviews planned. Interested parties must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.