87--Dune Plants (FL)
ID: 140FNR25Q0012Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, NRDARFalls Church, VA, 22041, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

SEEDS AND NURSERY STOCK (8730)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 6:00 PM UTC
Description

The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for the supply of native dune plants to support restoration efforts in the Florida Panhandle, specifically at Grayton Beach, Deer Lake, and St. Andrews State Parks, as well as Gulf Islands National Seashore. The procurement includes a total of approximately 100,000 plants, such as sea oats and gulf bluestem, with delivery scheduled between August 4 and August 18, 2025, to enhance coastal dune ecosystems that are vital for local wildlife and environmental stability. This initiative aligns with federal and state objectives for ecological restoration following environmental threats, including the Deepwater Horizon oil spill. Interested contractors should direct inquiries to Lamont Sawyers at lamont_sawyers@fws.gov, with proposals due by the specified deadlines.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 11:04 AM UTC
The document outlines a request for proposals (RFP) for plant supplies and planting services at various state parks in Florida, specifically Grayton Beach, Deer Lake, and St. Andrews State Parks, along with Gulf Islands National Seashore. It includes details on specific plant species and quantities required for restoration efforts, emphasizing delivery dates between August 4 and August 18, 2025. For Grayton Beach and Deer Lake State Parks, a total of 17,167 plants are specified, including sea oats and gulf bluestem. St. Andrews State Park has two base bids identifying a combined total of 62,450 plants, with additional options for phase plantings. The Gulf Islands National Seashore requires 20,870 specimens of gulf bluestem. The document is structured to separately present each park's requirements and delivery timelines, highlighting the coordinated efforts with the U.S. Fish and Wildlife Service for environmental compliance. Overall, this RFP illustrates the state’s commitment to ecological restoration and biodiversity conservation through strategic planting initiatives, targeting both immediate and phased delivery schedules.
The document outlines a comprehensive guide on dune restoration and enhancement for the Florida Panhandle. It is centered on understanding coastal dune systems, presenting effective restoration techniques, and highlighting the significance of dunes in protecting coastal ecosystems and infrastructure. Key sections include the formation and stability of dunes, the importance of various plant species, threats to dune ecosystems, and specific restoration practices. Dune restoration is vital due to the unique wildlife and plants dependent on these ecosystems, such as beach mice and sea turtles. Effective restoration activities involve using native vegetation and sand fencing while adhering to permitting requirements from local, state, and federal agencies. The guide emphasizes maintaining biodiversity by employing diverse plant species in restoration efforts and includes recommended planting dates, spacing, and depth for optimal establishment. Overall, the publication serves as a practical resource for homeowners, local officials, and restoration practitioners, aligning with federal and state objectives for preserving and enhancing coastal dune habitats amidst increasing environmental threats.
Mar 31, 2025, 11:04 AM UTC
The U.S. Fish and Wildlife Service (USFWS) has issued a request for proposal (RFP) for the supply of native Panhandle dune ecosystem plants required for restoration projects at Grayton Beach, Deer Lake, and Saint Andrews State Park by August 2025. The RFP details multiple bidding options, including a base bid for diverse plant species and three option bids targeting specific phases at Saint Andrews State Park. The base bid includes 19,617 total plants, such as Sea Oats and Gulf Bluestem, while option bids range from 60,853 plants in Phase 2 to 126,062 in Phase 1 at Saint Andrews. Delivery windows for all plants are set between August 4 and August 18, 2025. Acceptable plant materials must adhere to stringent specifications, including origin from the Gulf Coast, defined container and rootball sizes, and specified minimum growth indicators. Inspections by the Government Designated Inspector will ensure compliance and quality, with specific criteria for acceptance. The contractor must collaborate with the University of Florida for propagation material when necessary. Overall, the document outlines the USFWS's commitment to ecological restoration and the recovery of native coastal habitats through rigorous procurement processes and technical standards.
Mar 31, 2025, 11:04 AM UTC
The document outlines a Request for Quote (RFQ) for commercial items under a combined synopsis/solicitation format, issued by the U.S. Fish and Wildlife Service. The government intends to award a Firm Fixed Price services contract through Simplified Acquisition Procedures. Prospective offerors must submit questions and proposals via email by specified deadlines, ensuring proposals include detailed technical and price components. Key specifications include delivery of native plants to designated sites within specified timeframes in August 2025. The proposal evaluation will focus on best value, with the possibility of award based on initial offers without discussions. Contractors must comply with various federal regulations, including safety and quality control measures, and ensure proper invoicing through the electronic payment system. The RFQ emphasizes compliance with laws and regulations, bidding conditions, and responsibilities during contract execution, highlighting the government’s rights to reject proposals that do not meet standards. This solicitation reflects the government's commitment to environmental restoration and adherence to procurement standards.
Mar 31, 2025, 11:04 AM UTC
The document is an amendment to a solicitation for a contract related to propagating rare species, specifically referencing a guide prepared by the University of Florida. It includes essential instructions for acknowledging receipt of the amendment, outlining submission methods such as letters or electronic communications. The amendment signifies that offers must be submitted prior to a specified deadline to be considered valid, and it modifies the existing contract by adding information regarding the project's duration from May 1, 2025, to March 31, 2026. The document emphasizes that all previously established terms and conditions remain unchanged unless stated otherwise. The purpose of this amendment is primarily to ensure clarity in the contract's execution and foster compliance with federal regulations regarding the propagation of rare species, thus showcasing the government's commitment to wildlife conservation efforts.
Mar 31, 2025, 11:04 AM UTC
This document is a Request for Quotation (RFQ) issued by the U.S. Fish and Wildlife Service (FWS) for the supply of native plants to be used in the Panhandle Dune Ecosystem restoration project. The RFQ, numbered 140FNR25Q0012, outlines the need for plants to be delivered to specific project sites across Escambia, Santa Rosa, Okaloosa, Walton, Bay, or Gulf counties in Florida, with a focus on Grayton Beach, Deer Lake, and Saint Andrews State Park. The base period for delivery is specified as August 4 to August 18, 2025, and includes optional lines for additional plant deliveries at various sites. Key details of the RFQ include a performance period running from May 1, 2025, to March 31, 2026, with an emphasis on domestic supply. The document succinctly communicates requirements, delivery expectations, and key dates, while reminding potential contractors that submitted quotations are not binding offers and do not incur costs for the government. The purpose of this RFQ is not only to source plants but to further ecological restoration efforts following the Deepwater Horizon oil spill, reflecting a broader commitment to environmental recovery and ecological resilience in the impacted areas of Florida.
Lifecycle
Title
Type
Dune Plants (FL)
Currently viewing
Solicitation
Similar Opportunities
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.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the construction of a new headquarters office and maintenance facility at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama, under solicitation number 140FGA25R0004. The project involves providing all necessary materials, labor, and equipment while adhering to federal, state, and local regulations, including the latest building codes. This initiative is crucial for enhancing visitor engagement and operational efficiency at the refuge, which plays a significant role in wildlife conservation and public education. Interested contractors must submit their sealed bids by April 21, 2025, and are encouraged to contact Ian Young at ianayoung@fws.gov or 612-713-5214 for further information.
BLM-WY HYDROSEEDING SUPPLIES FOR SAGEBRUSH STEPPE
Buyer not available
The Bureau of Land Management (BLM) Wyoming State Office is seeking proposals for hydroseeding supplies to support habitat restoration efforts in sagebrush steppe ecosystems. The procurement specifically requires 30,000 pounds of 100% wood fiber hydromulch and 1,100 pounds of organic guar-based tackifier, aimed at enhancing vegetation success, reducing erosion, and improving sediment quality in the Colorado River Drainage Basin. This initiative is part of the Sagebrush Strategic Plan, which focuses on bolstering habitats for the Greater Sage-Grouse. Proposals are due by April 14, 2025, at 10:00 AM Mountain Time, and must be submitted via email to Contract Specialist Jennifer Vedsted at jvedsted@blm.gov. The contract is set to be awarded based on the lowest price technically acceptable criteria, with a requested delivery date of July 1, 2025.
F--OR-SHELDON NWR-LOW TECH STRM RESTORATION
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for a federal contract focused on the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The project aims to enhance aquatic habitats by implementing restoration techniques that mimic natural structures, specifically along Thousand Creek and Fish Creek, with a performance period from May 1, 2025, to April 30, 2026. This initiative is crucial for improving stream health and biodiversity, aligning with federal and state environmental restoration efforts. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
BOSH BOTANICAL SURVEY
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified small businesses to conduct a botanical survey as part of the Bruneau-Owyhee Sage-Grouse Habitat (BOSH) project in southwest Idaho. The objective is to assess sensitive plant species and noxious weeds within a 1.67 million-acre area, focusing on a 33,734-acre treatment zone prior to juniper cutting activities, with the aim of informing biological evaluations and enhancing ecological stewardship. This initiative is crucial for biodiversity conservation and aligns with federal efforts in environmental resource management. Interested firms must submit their quotes by April 16, 2025, at 11:00 A.M. MDT, with the performance period scheduled from May 1, 2025, to October 31, 2025. For further inquiries, contact Thomas Parsons at tparsons@blm.gov or call 208-373-3911.
Coast-wide Beach and Dune Ecosystem Restoration, Hancock County, MS
Buyer not available
The Department of Defense, through the Department of the Army, is seeking information from qualified firms regarding a prospective procurement for beach and dune ecosystem restoration services in Hancock County, Mississippi. The project involves improvements to approximately 5 miles of the existing mainland coast, including the construction of a 150-foot-wide beach berm and a 70-foot-wide vegetated dune field, requiring the transportation of approximately 300,000 cubic yards of material from an upland location. This initiative is critical for enhancing coastal resilience and environmental restoration, with an estimated project value between $10 million and $25 million and a construction duration of 240 days post Notice-to-Proceed. Interested firms are encouraged to submit their responses electronically via the provided survey link, and inquiries can be directed to Eric Hurtado at eric.j.hurtado@usace.army.mil or by phone at 251-690-2571.
USFWS DALE HOLLOW NFH HATCHERY EFFLU PUMPS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the procurement of two effluent pumps for the Dale Hollow National Fish Hatchery in Celina, Tennessee. The contract, identified under solicitation number 140FS325Q0062, requires pumps with a minimum output of over 1600 gallons per minute (GPM) and a discharge head of 65 feet, with the performance period anticipated from April 30, 2025, to July 31, 2025. This procurement is critical for maintaining the operational efficiency of the hatchery, which plays a vital role in fish conservation and management. Proposals are due by April 15, 2025, and interested contractors must provide their SAM Unique Entity Identifier, a completed quote schedule, and past performance records to be considered. For further inquiries, contact Lee Riley at leeriley@fws.gov or call 404-679-4158.
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.
Construction Services - Fish River and Weeks Bay Marsh Restoration
Buyer not available
Presolicitation Notice: Construction Services - Fish River and Weeks Bay Marsh Restoration The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is planning to solicit and award a contract for the construction of the Fish River and Weeks Bay Marsh Restoration project. This project is located in Baldwin County, Alabama on Fish River at the Weeks Bay National Estuarine Research Reserve property north of US Highway 98. The Fish River and Weeks Bay Marsh Restoration project is an environmental restoration project that aims to degrade borrow areas and place material within previously dredged canals. The material used for filling the canals will be obtained from within the project construction site. The project consists of three main components: Base Bid-Fill Areas 1&2: This includes on-site excavation and placement of approximately 16,947 cubic yards of clayey-sand fill within two of the previously dredged canals. Other work includes mobilization/demobilization, surveying, clearing and grubbing, debris removal and disposal off-site, erosion and turbidity control measures, and special construction signage. Bid Alternative Number 1-Fill Area 3: This involves on-site excavation and placement of approximately 1,003 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes mobilization/demobilization, surveying, clearing and grubbing, canal fill, and erosion and turbidity control measures. Bid Alternative Number 2-Fill Area 2 Expansion Area: This includes on-site excavation and placement of approximately 1,580 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes surveying, canal fill, and erosion and turbidity control measures. The estimated period of performance for the completion of the project is 140 calendar days for the Base Bid-Fill Areas 1&2, with an additional 30 calendar days for Bid Alternative Number 1-Fill Area 3 if exercised, and an additional 10 calendar days for Bid Alternative Number 2-Fill Area 2 Expansion Area if exercised. To be eligible for award, the resultant solicitation will require the Offeror to provide documentation proving residency, headquarters, or principal engagement as a business in the State of Alabama or a Gulf Coast state. The Offeror must also certify that at least twenty percent (20%) of the total labor costs under the contract will be performed by its own employees. Additionally, a list of proposed equipment to be used on the project must be provided, and the awardee will be required to perform with the same or technically equivalent equipment post-award. The anticipated solicitation issuance date is on or about April 5, 2024, with the estimated proposal due date on or about May 6, 2024. The official solicitation number 1305M324B0001 will be issued under SAM.gov. For more information, please contact Grace Parker at grace.parker@noaa.gov or Nick Brown at nicholas.g.brown@noaa.gov.