F--CA-KERN NWR-SALT CEDAR REMOVAL
ID: 140FS125Q0032Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA

NAICS

Landscaping Services (561730)

PSC

NATURAL RESOURCES/CONSERVATION- TREE THINNING (F014)

Set Aside

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

    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 roger_lockhart@fws.gov or call 404-679-7124.

    Point(s) of Contact
    Lockhart, Roger
    (404) 679-7124
    (404) 679-4057
    roger_lockhart@fws.gov
    Files
    Title
    Posted
    The Chainsaw Salt Cedar Project focuses on the management of salt cedar trees by targeting the net acreage rather than the gross acreage of the project area. This initiative aims to effectively address the issue posed by salt cedar, an invasive species, within a defined project limit. The documentation includes project mapping and designations, signifying an area with a noticeable presence of trees. The project spans a distance of up to 3000 feet, with specific attention to environmental factors and tree density. Its goals include ecological restoration and management of invasive flora, likely contributing to broader environmental conservation efforts. As part of federal and state/local RFPs and grants, the project represents a systematic approach to resource management through targeted interventions.
    The Kern National Wildlife Refuge seeks contractors for the removal of invasive salt cedar within its 3,000 acres of habitat aimed at supporting endangered species. The Statement of Work outlines the need for a sawyer crew to utilize chainsaws to clear specified areas, offering bids for three options: cutting 18, 25, or 30 acres. The contractor will be responsible for ensuring that cut trees remain below 18 inches in height without piling. Project work is to occur from March 17, 2025, to May 30, 2025, at the specified refuge location. All tasks must be performed during business hours and adhere to local regulations. No government materials or equipment will be provided. Miguel Jimenez will serve as the Technical Coordinator for this project, ensuring compliance and overseeing the work process. This initiative is part of broader efforts to combat invasive species and enhance the ecological health of the refuge.
    This government document is an amendment (0001) to solicitation 140FS125Q0032, issued by the U.S. Fish and Wildlife Service (FWS) in Falls Church, VA. The amendment aims to communicate updates regarding the solicitation and does not extend the deadline for receipt of offers. Prospective contractors must acknowledge receipt of the amendment using specified methods to avoid rejection of their offers. The primary content includes the transmission of B09 Solicitation Amendment Attachment 2, containing responses to questions raised by potential offerors. The period of performance for the associated project is outlined as March 17, 2025, to May 30, 2025. This amendment ensures transparency and clarity in the procurement process, reflecting the government’s commitment to communicate changes effectively to potential bidders while maintaining the timeline for the solicitation process.
    The document serves as an amendment to solicitation number 140FS125Q0032, detailing changes related to the submission of offers in response to a federal request for proposals (RFP). It outlines the requirements for contractors to acknowledge receipt of this amendment and specifies that failure to do so before the designated time may result in offer rejection. The amendment also includes information regarding the modification of contracts/orders, indicating that no further changes are made to the initial solicitation except for the transmission of the attachment, which contains responses to questions from prospective offerors. The amendment clarifies the timeline for the project, which is scheduled to run from March 17, 2025, to May 30, 2025. Key instructions for electronic communication and compliance are emphasized to ensure all parties are informed and able to respond accurately to the RFP. The document maintains all existing terms and conditions while reinforcing the importance of timely acknowledgment and adherence to the amended guidelines.
    This document serves as Amendment 0003 to solicitation number 140FS125Q0032, issued to modify an existing contract and related solicitation details. The amendment extends the deadline for receipt of offers to February 10, 2025, and specifies the project timeline from March 17, 2025, to May 30, 2025. Key modifications include a revised Statement of Work that outlines the removal of Salt Cedar Trees over varying acreages—18, 25, and 30 net acres—each requiring a separate quote. The amendment emphasizes the requirement for the prime contractor to provide information on any subcontractors involved in the project, including their contact details. Additionally, contractors must acknowledge receipt of this amendment to ensure their offers are considered valid. Overall, the amendment communicates essential changes and clarifications aimed at ensuring compliance and facilitating the bidding process for prospective contractors.
    Amendment 0004 to the solicitation identified as 140FS125Q0032 modifies the original terms and conditions without extending the deadline for offering submissions, which remains at 01/21/2025. This amendment primarily serves to provide the revised Chainsaw Salt Cedar Map as indicated in Attachment 5 and does not implement any additional changes to the solicitation's requirements. Offerors must acknowledge receipt of this amendment via specified methods, and any modifications to previously submitted offers must reference the amendment. The period of performance for the associated contract is set between 03/17/2025 and 05/30/2025. Signatures from the authorized Contracting Officer and the contractor are required to finalize the document, affirming that all previous terms remain in effect unless otherwise stated. This document is standard within the context of amendments to government solicitations, particularly as it provides precise instructions for engagement with the amendment process.
    This document is Amendment 0005 to solicitation number 140FS125Q0032, issued by the Falls Church, VA office, regarding a contract modification for tree removal services at Kern National Wildlife Refuge, California. The amendment specifies changes to the project’s delivery location and period of performance, which is set from March 03, 2025, to June 13, 2025. Additionally, it modifies the project’s scope, focusing on removing Salt Cedar trees with options for various acreage cuttings, allowing contractors to provide quotes for cutting 18, 25, or 30 acres. The amendment emphasizes that offers must acknowledge receipt of this amendment by a specified date and method, crucial for avoiding rejection of offers. The final deadline for receipt of offers has been adjusted to February 12, 2025, at 1500 EST. The changes aim to clarify the scope of work and ensure compliance with updated solicitation requirements.
    The document outlines Request for Quotations (RFQ) number 140FS125Q0032 issued by the U.S. Fish and Wildlife Service for a contract dedicated to the removal of invasive salt cedar trees at the Kern National Wildlife Refuge, California. It is a Total Small Business Set-Aside, inviting quotes from small business entities to provide a sawyer crew for this task. The scope involves cutting up to 18 acres of salt cedar using chainsaws, with vendors required to provide price quotes for three options: 5 acres, 10 acres, and 18 acres. The work period is set from March 17, 2025, to May 30, 2025. Contractors are expected to ensure that cut trees are not piled above the height of existing vegetation and must use existing access routes to the site. In compliance with federal guidelines, quotes are due by February 4, 2025. Contractors must be registered in the System for Award Management (SAM) to be eligible for bidding. The document emphasizes environmentally responsible practices and specifies requirements for contractor qualifications, including compliance with various acquisition regulations. The emphasis on small businesses reflects the government’s objective to promote economic growth while tackling ecological issues.
    The solicitation 140FS125Q0032 pertains to a project by the Fish and Wildlife Service (FWS) at Kern National Wildlife Refuge (NWR) in California, focused on removing salt cedar trees. The document discusses queries raised by potential bidders concerning the project specifications. One key request is for aerial maps highlighting the locations of the trees, which would assist in estimating walking distances as vehicles are prohibited on-site. A map with a transparent layer indicating tree locations has been provided to clarify this aspect. Additionally, bidders seek clarification on the dimensions of a designated performance area marked in white on the map, specifically referencing a 1000-foot scale to aid in labor and logistics estimation. These inquiries aim to enhance project understanding and ensure accurate proposals for the removal of the specified net acres of salt cedar. The document underscores the importance of detailed guidance for prospective contractors to facilitate effective planning and execution of the project.
    The solicitation 140FS125Q0032 outlines a new government contract requirement for the removal of salt cedar trees at the FWS Kern National Wildlife Refuge in California. Key points include submission requirements involving the completion of various forms and certifications, as well as the need for a Unique Entity ID. A site visit can be arranged by contacting the project leader, with specific access guidelines provided. The project is defined by acreage rather than the number of trees, focusing on clearing an 18-acre area as marked by refuge staff. Contractors can invoice for completed work under certain conditions, and weekend work may be permissible under specific temperature regulations. The document provides clear guidelines on project logistics, compliance, and operational expectations to ensure effective project execution while maintaining environmental standards.
    This document details Wage Determination 1977-0727 under the Service Contract Act, specifically for Forestry and Land Management Services applicable to contracts with the Department of Agriculture and Department of Interior, among others. It outlines prohibited services and necessary wage compliance linked to Executive Orders 14026 and 13658, mandating a minimum hourly wage of $17.75. The determination includes classifications for various forestry-related occupations, such as Brush/Precommercial Thinner, Fire Lookout, and Forestry Technician, each entitled to specific wage and fringe benefits. The document emphasizes health and welfare prerequisites, vacation entitlements, paid holidays, and required expenses for uniforms. It includes a process for classifying additional job roles not listed and procedures for the conformance of such classifications. The purpose of this wage determination is to guide contractors and ensure fair compensation for federally funded service contracts related to forestry and land management, ultimately supporting workers' rights and promoting equitable labor practices in government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    Tree/Woody Vegetation Removal-Glacial Ridge NWR. M
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a contract focused on the mechanical removal of trees and woody vegetation across 520 acres at the Glacial Ridge National Wildlife Refuge in Mentor, Minnesota. The primary objective of this project is to enhance tallgrass prairie habitat by reducing standing dead and live vegetation, thereby benefiting local wildlife. This initiative is particularly significant as it aligns with federal efforts to manage natural resources and promote environmental conservation. Interested small businesses must submit their proposals, which should include both technical and price components, by March 26, 2025, at 5:00 PM ET. For further inquiries, contractors can contact Darla Freyholtz at darlafreyholtz@fws.gov or by phone at 701-339-3829.
    FIRE/BIL: Tree/Brush Removal Agassiz NWR, Middle R
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting bids for a tree and brush removal project at the Agassiz National Wildlife Refuge in Middle River, Minnesota, aimed at enhancing firebreaks. The project involves the removal of woody vegetation from levees to maintain their integrity for flood control and habitat preservation, with contractors required to follow specific ecological and safety protocols. This initiative underscores the government's commitment to environmental stewardship and public safety, ensuring compliance with federal regulations and labor standards. Proposals are due by 5:00 PM ET on March 28, 2025, and interested vendors should contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information.
    MD-FWS ESTRN NECK NWR-MOWING/LANDSCAPING
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide mowing and landscaping services at the Eastern Neck National Wildlife Refuge in Maryland. This procurement, designated under the Indian Small Business Economic Enterprise (ISBEE) set-aside, aims to maintain the refuge's grass height below three inches from April to November, with weekly mowing and trimming tasks. The contract, valued at $9.5 million, emphasizes the importance of environmental stewardship and aesthetic maintenance in sensitive areas, while promoting participation from small and Indian businesses in federal contracting. Interested bidders must submit their quotations by March 27, 2025, following a site visit on March 20, 2025, and should contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further details.
    Lake Fire Sawmill Liebre Reforestation Weed Control, Angeles National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide herbicide application services for weed control as part of the Lake Fire Sawmill Liebre Reforestation project in the Angeles National Forest, California. The contractor will be responsible for applying glyphosate herbicide to non-native invasive weeds across approximately 194 acres of designated areas, ensuring the protection of government seedlings and natural trees while adhering to strict safety and environmental protocols. This initiative is crucial for ecological restoration and sustainable forest management following the impacts of the Lake Fire. Interested contractors must submit their quotes by March 14, 2025, and can contact Erin Scott-James at erin.scott-james@usda.gov or 208-590-6768 for further information.
    Sawmill Liebre Reforestation Project Area
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to participate in the Sawmill Liebre Reforestation Project located in the Angeles National Forest, California. The procurement involves a firm-fixed-price Request for Quotation (RFQ) for commercial services aimed at enhancing the survival and growth of government seedlings and natural trees across 626 acres by employing hand grubbing techniques to remove competing vegetation within a five-foot radius of each planted seedling. This initiative is part of a broader effort to restore areas affected by the Lake Fire of 2020, emphasizing the importance of environmental conservation and support for small businesses in federal projects. Interested contractors must submit their quotes by March 21, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for award; for further inquiries, they can contact Megan Acord at megan.acord@usda.gov.
    FY25 Rogue Bird Weed
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide commercial services for the FY25 Rogue Bird Weed project at the Eldorado National Forest in California. The contract involves a range of tasks including rogueing, birding, weeding, and sowing, aimed at managing plant growth and protecting new seed beds at the Placerville Nursery. This initiative is crucial for maintaining healthy forest resources and promoting environmental stewardship, with the contract period running from April 7 to October 6, 2025. Interested contractors must submit proposals via email, detailing their technical approach, past performance, and pricing, with evaluations focusing on technical capability and past performance. For further inquiries, contact Chris Kane at christopher.kane2@usda.gov.
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    F--AL-DEEP HORIZON NRDA ARO-INVASIVE SPECIE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for invasive species treatment at the Bon Secour National Wildlife Refuge in Alabama, specifically targeting cogon grass, torpedo grass, and rattlebox on a newly acquired 73.43-acre tract. The contractor will be responsible for achieving a 95% control rate over approximately 12 acres by applying approved herbicides, with treatments scheduled to commence around April 1, 2025, and concluding by May 31, 2026. This initiative is part of the broader Deepwater Horizon Gulf restoration efforts, emphasizing the importance of managing invasive species to protect native ecosystems. Interested contractors must submit proposals by March 17, 2025, and can direct inquiries to Lamont Sawyers at lamontsawyers@fws.gov.