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
OR-HART MTN-NTL ANTELOPE REF PINE STRG
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for the storage, seed extraction, and grow-out of ponderosa pinecones at Hart Mountain National Antelope Refuge. This procurement, designated as a 100% Small Business Set-Aside, aims to transport, store, and cultivate approximately 43,000 ponderosa pine seedlings to support reforestation efforts following significant wildfire damage. The successful contractor will adhere to best practices for processing and growing seedlings over a two-year period, with project completion expected by 2027. Quotes must be submitted by April 30, 2025, and interested parties should contact Lee Riley at leeriley@fws.gov or 404-679-4158 for further details.
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.
MS-FWS NOXUBEE NWR-HERBICIDE AERIAL
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for aerial herbicide application services at the Noxubee National Wildlife Refuge in Mississippi, under Solicitation Number 140FS325Q0074. The project aims to manage aquatic invasive and pest plants, specifically targeting species such as American Lotus and alligator weed, with operations scheduled between June 15 and September 1, 2025. This procurement is crucial for effective environmental management and supports small businesses, as it is set aside for total small business participation. Interested contractors must submit their proposals, including past performance references and pricing, by May 6, 2025, and can contact Merenica Banks at merenicabanks@fws.gov for further information.
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.
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.
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.
GASPARILLA ISLAND, BEACH RENOURISHMENT, LEE COUNTY, FLORIDA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking interest from contractors for the Gasparilla Island Beach Renourishment project in Lee County, Florida. This sources sought notice aims to gather information on the capabilities and qualifications of potential bidders for a Firm Fixed Price contract, which will involve the renourishment of approximately 2.8 miles of shoreline and related environmental monitoring activities. The estimated construction cost ranges from $10 million to $25 million, with a performance period of 150 calendar days anticipated after the notice to proceed. Interested parties must submit their responses by May 12, 2025, and can direct inquiries to Ruth Rodriguez or Guesley Leger via the provided email addresses.
FY25 PNW FIA Southeast Alaska On Grid Plots
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking contractors for the "FY25 PNW FIA Southeast Alaska On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in Southeast Alaska. The project aims to enhance ecological assessments by providing accurate data on forest conditions, which is crucial for effective environmental monitoring and management in the region. Contractors will be responsible for all labor, equipment, and transportation, with some government-provided tools, and must adhere to strict quality assurance protocols outlined in the associated documents. Proposals are due by April 25, 2025, and inquiries can be directed to Anthony O Salas at anthony.salas@usda.gov.
AL DEEP HORIZON NRDA & RESTOR AE. IMAGES
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide high-resolution aerial imaging services as part of the Deepwater Horizon Natural Resource Damage Assessment and Restoration program. The contract involves delivering seven key deliverables, including five periods of imagery focused on bird populations at North Breton Island, Louisiana, between May 1, 2025, and September 30, 2025. This initiative is crucial for monitoring and restoring ecosystems affected by the Deepwater Horizon oil spill, ensuring that the imagery meets stringent quality standards and compliance with federal regulations. Interested bidders should submit detailed quotations and can direct inquiries to William Fluharty at williamfluharty@fws.gov, with the total contract value not exceeding $9 million and a focus on small business participation.
Region 4 Heavy Equipment Maintenance and Repair BP
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services across Region 4, which includes states such as Alabama, Florida, and Tennessee, as well as U.S. territories like Puerto Rico and the U.S. Virgin Islands. The procurement aims to secure comprehensive repair and maintenance services for various heavy equipment, including trucks and cranes, with specific tasks encompassing diagnostics, fluid services, and parts replacement. This BPA is crucial for ensuring the operational readiness of essential equipment used in wildlife management and conservation efforts, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must submit their proposals, including a signed form 1449 and confirmation of certified mechanics, by the specified deadlines, and can contact Sarah DeLawder at Sarahdelawder@fws.gov or (304) 876-7429 for further information.