Invasive Plant Treatments, J.N. Ding Darling NWR
ID: 140FS324Q0060Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)

Set Aside

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

    Solicitation INTERIOR, DEPARTMENT OF THE US FISH AND WILDLIFE SERVICE is requesting proposals for Invasive Plant Treatments at J.N. Ding Darling NWR in Sanibel, Florida. This service is typically used for the removal and treatment of invasive plant species in order to preserve and protect the natural resources and conservation efforts of the wildlife refuge. The contract will be awarded to a small business and will be a firm fixed price contract. Interested contractors must have an Active Registration in the System for Award Management (SAM) website and register with the U.S. Department of the Treasury's Invoice Processing Platform System (IPP) for payment requests. The deadline for quote submission is Wednesday, February 21, 2024.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Similar Opportunities
    M--CLEAN AND INSPECT CULVERTS - PINE ISLAND
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking qualified contractors to clean and inspect 110 culverts in the Pine Island District of Everglades National Park. The project aims to preserve the park's infrastructure and maintain water flow by removing sediment, vegetation, and debris from each culvert, followed by comprehensive inspections and reporting on potential repairs and structural integrity. This procurement is crucial for ensuring environmental compliance and protecting threatened species within the park. Interested small businesses must attend a site visit on February 13, 2025, confirm attendance by February 12, 2025, and submit quotations by 5:00 PM EST on February 19, 2025. For further inquiries, contact Noelli Medina at NoelliMedina@nps.gov or call 470-819-0940.
    F--CA-KERN NWR-SALT CEDAR REMOVAL
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors for the removal of invasive salt cedar trees at the Kern National Wildlife Refuge in California. The project involves utilizing chainsaws to clear specified areas, with contractors invited to submit quotes for cutting options of 18, 25, or 30 acres, ensuring that cut trees do not exceed 18 inches in height. This initiative is part of broader efforts to enhance ecological health and support endangered species within the refuge. Interested small businesses must submit their offers by February 12, 2025, with the project scheduled to take place from March 3, 2025, to June 13, 2025. For further inquiries, contact Roger Lockhart at rogerlockhart@fws.gov or call 404-679-7124.
    SOLID WASTE REMOVAL AND DISPOSAL
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotations for solid waste removal and disposal services at Everglades National Park. The procurement aims to secure a firm-fixed-price contract for a base period of 12 months, with four optional one-year extensions, focusing on maintaining sanitary conditions and protecting wildlife, particularly from food-conditioning behaviors. This contract is crucial for effective waste management and environmental conservation within the park, ensuring compliance with local, state, and federal regulations. Interested vendors must submit their quotes by February 14, 2025, following a mandatory site visit on February 7, 2025, and can contact Noelli Medina at NoelliMedina@nps.gov for further inquiries.
    JANITORIAL SERVICES AT FWS EDWIN B FORSYTHE NWR.
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking a contractor to provide janitorial services at the Edwin B. Forsythe National Wildlife Refuge, with a contract duration starting March 1, 2025, and options for three additional years. The scope of work includes cleaning the administrative office, visitor information center, and outdoor vault toilets, requiring weekly and bi-weekly cleaning services, respectively, while the contractor must supply all necessary cleaning materials and equipment. This contract is vital for maintaining a clean and professional environment at the refuge, ensuring compliance with government property standards. Interested contractors should submit their quotations by February 17, 2025, and can contact Chantal Bashizi at chantalbashizi@fws.gov or 703-358-1854 for further information.
    F--WI-UPR MS RIV NATL WILDL-SITE PREPARATION
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a contract focused on the restoration of the Mesic Bottomland Forest at the Driftless Area National Wildlife Refuge in Wisconsin. The project entails a comprehensive four-phase service initiative over two years, including herbicide site preparation, mechanical site preparation, tree and shrub planting, and post-planting maintenance, aimed at enhancing habitats for neotropical migratory birds and tree-roosting bats. This opportunity is set aside for small businesses, reflecting the government's commitment to environmental restoration and small business participation in federal contracting. Interested contractors must conduct a mandatory site visit and submit proposals electronically by February 18, 2025, with inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    Invasive Species Control Services - Amendment 0001
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for invasive species control services under contract FA527025Q0005, which is aimed at managing invasive flora and fauna at U.S. Army Garrison Okinawa from April 1, 2025, to March 31, 2029. The contractor will be responsible for providing all necessary management, tools, supplies, and labor to comply with the established Performance Work Statement, focusing on the removal of JEGS-listed invasive species such as Bitter Vine and various invasive ants. This initiative underscores the importance of ecological stewardship within military operations, ensuring compliance with environmental regulations while promoting equitable opportunities for women-owned small businesses. Interested vendors should note that the deadline for inquiries is February 12, 2025, and quotes must be submitted by February 19, 2025. For further information, contact Nina Wickwire at nina.wickwire.2@us.af.mil or Martin Almazan at martin.almazan@us.af.mil.
    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.
    Invasive Species Control at the Naval Support Activity, Crane, Indiana
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified contractors for invasive species control at the Naval Support Activity in Crane, Indiana. The objective of this procurement is to manage and mitigate the impact of invasive species in the area, which is crucial for maintaining the ecological balance and supporting local biodiversity. This contract is set aside for small businesses under the SBA guidelines, and interested parties should note that the primary contact for inquiries is Colleen Mckinney, who can be reached at colleen.l.mckinney4.civ@us.navy.mil or by phone at 812-381-5507. Additional contact information is available for Carrie Grimard at carrie.l.grimard.civ@navy.mil. The presolicitation notice indicates that further details will be provided as the procurement process progresses.
    Forest Improvement Herbicide- Fort Drum
    Buyer not available
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    NEW 5 YEAR PEST CONTROL SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a five-year contract to provide pest control services at various facilities in Jacksonville, Florida. The procurement aims to ensure effective pest management, including insect and rodent control, across multiple government properties, with a focus on maintaining operational efficiency and compliance with safety regulations. This contract is set aside for small businesses and emphasizes the importance of quality assurance and performance standards, as outlined in the associated Quality Assurance Surveillance Plan. Interested vendors must submit their proposals by 12:00 PM on February 21, 2025, and can direct inquiries to Glenn Jenkinson at glenn.i.jenkinson@usace.army.mil or Gerald L. Garvey at Gerald.L.Garvey@usace.army.mil.