Hazardous Fuels Reduction BPA, National + Guam
ID: 140F0S25Q0005Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, OVER SAT G/SFalls Church, VA, 22041, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)
Timeline
    Description

    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 robert_sung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of the Interior's Fish and Wildlife Service has issued a funding opportunity under the Bipartisan Infrastructure Law for treatments to address woody encroachment and accessibility improvements within the Rocky Road sub-unit of the Port Louisa National Wildlife Refuge. The project aims to restore grassland habitats by removing undesirable trees and enhancing access for fire management. It involves mulching and grinding trees up to 6 inches in diameter from October 1, 2023, to March 31, 2024. The project area, located in a 900-acre unit of the Iowa River floodplain, requires three types of treatments based on tree sizes (small, medium, and large) with detailed regulations for removal and management of debris. Bids will be accepted based on cost per acre for each treatment tier, with a maximum funding limit of $45,000. The contractor must adhere to safety regulations and environmental protection measures while ensuring access routes are maintained and invasive plant control is implemented. A pre-work meeting is mandatory, and the contractor is held liable for any damage resulting from the project. This initiative emphasizes habitat restoration and fire management within the refuge, aligning with the conservation goals outlined in the Refuge's management plans.
    The document outlines a Request for Proposal (RFP) for a Blanket Purchase Agreement (BPA) regarding Hazardous Fuels Reduction projects managed by the U.S. Fish & Wildlife Service (FWS). It stipulates that contractors will provide services to manage hazardous vegetation through methods like firebreak construction and chemical applications, with a performance period from March 31, 2025, to March 31, 2029. The BPA has a purchase ceiling of $49.5 million over five years, and individual orders must not exceed $7.5 million. The agreement emphasizes authorized procurement by designated officers and mandates delivery documentation. The statement of work details the removal of specific vegetation types while maintaining strict adherence to safety and regulatory compliance, including equipment usage and personal protective measures. Key considerations include avoiding the spread of invasive species and planning work within sensitive ecological zones. The contract includes the incorporation of various federal provisions to uphold labor standards and environmental safety. The RFP’s overarching aim is to streamline the acquisition of services while adhering to established regulatory frameworks, ensuring effective natural resource management across U.S. territories, including Guam.
    The document outlines a federal Request for Proposal (RFP) related to a Hazardous Fuels Reduction Blanket Purchase Agreement (BPA). The RFP is issued to solicit offers from various vendors for a contract period from March 31, 2025, to March 31, 2029. It includes essential information regarding payment processing, such as the payment address in Falls Church, VA, and highlights that the contract aligns with several small business classifications, including Service-Disabled Veteran-Owned Small Businesses and Women-Owned Small Businesses. It directs the vendor to submit invoices according to specified terms and notes the organization is using standard Federal Acquisition Regulations (FAR). The purpose of the solicitation is to facilitate the acquisition of commercial items or services necessary for hazardous fuels reduction, indicating the government’s commitment to fire risk management and environmental safety. The document emphasizes the need for accurate completion of offeror details and adherence to government contracting standards.
    Lifecycle
    Similar Opportunities
    VIPR I-BPA for Clerical Support Unit for Region 13 - National
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking vendors to provide clerical support services through a Blanket Purchase Agreement (BPA) for Region 13, aimed at enhancing fire suppression and all-hazard incident responses. The procurement requires self-contained units capable of producing specific quantities of printed materials, along with compliance to safety and operational standards, and the provision of necessary equipment and supplies for field operations. This initiative is critical for streamlining resources and improving the capacity for effective emergency responses related to wildfires and other disasters. The anticipated award amount is approximately $26.5 million over a three-year period, with contracts expected to be awarded by June 1, 2025. Interested vendors should contact Jennifer Travis at jennifer.travis@usda.gov or call 970-373-7170 for further details.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fredriley@fws.gov or call 413-253-8738.
    VIPR I-BPA for Fuel Tender for Region 3 ONLY
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for a Fuel Tender service under the VIPR I-BPA for Region 3 only. This procurement is aimed at supporting fire suppression and all-hazard incidents, with the solicitation being re-opened for an open season Onboarding process, allowing both existing and new contractors to submit quotes. The opportunity is a total small business set-aside, and all submissions must adhere to the original solicitation's evaluation criteria and terms. Interested vendors should submit their responses by March 10, 2025, and can contact Joseph Perkins at joseph.perkinsv@usda.gov or 980-419-3768 for further information.
    WY-NATIONAL ELK REFUGE-BULK FUEL 5 YEAR BPA SET-UP
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for the supply and delivery of bulk fuel to the National Elk Refuge in Jackson, Wyoming. The procurement requires the delivery of three types of fuel: unleaded fuel with 10% ethanol, clear diesel, and dyed diesel, which will be stored in designated 1,000-gallon tanks at specified locations. This initiative is crucial for ensuring reliable fuel supplies for operational activities at the refuge, with deliveries expected to occur within 48 hours of notice during business hours. Interested suppliers must submit their quotes on company letterhead by March 18, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further information.
    Intermountain Stewardship BPA
    Buyer not available
    Presolicitation notice from the Department of Agriculture, Forest Service, for the Intermountain Stewardship Blanket Purchase Agreement (BPA). The BPA will be used to issue future calls for hazardous fuels and restoration projects in Idaho, Nevada, Utah, and Western Wyoming. The scope of work includes cutting and removal of sawtimber, non-sawtimber, and/or biomass, mastication, hand cutting and piling, and road maintenance. The period of performance for the awarded BPAs is 10 years with an option to extend up to 20 years. Interested individuals must have an email account and be actively registered in SAM.gov to be eligible for award. Contact information for questions and submissions is provided.
    VIPR I-BPA for Heavy Equipment Task Force (HETF) for Region 6 - Pacific Northwest Region
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the VIPR I-BPA for Heavy Equipment Task Force (HETF) in the Pacific Northwest Region (Region 6). This procurement aims to establish a Blanket Purchase Agreement (BPA) for support activities related to forestry, particularly focusing on natural resources and conservation efforts, including forest and range fire suppression and presuppression. The services procured will play a crucial role in enhancing the region's capacity to manage and respond to wildfire threats effectively. Interested small businesses are encouraged to reach out to Craig Ericson at craig.ericson@usda.gov or call 530-559-6264 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    VIPR I-BPA for Incident Base Unit for Region 5 ONLY - Pacific Southwest Region
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for a Blanket Purchase Agreement (BPA) for Incident Base Unit services exclusively for Region 5, which encompasses the Pacific Southwest Region. This procurement aims to secure support activities related to forestry, particularly in the areas of natural resources and conservation, focusing on forest and range fire suppression and presuppression efforts. The selected contractor will play a crucial role in enhancing the region's preparedness and response capabilities for wildfire incidents. Interested small businesses are encouraged to reach out to RaShauna Workman at rashauna.workman@usda.gov or call 208-296-8375 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    F--Herbicide application, ST. MARKS NWR-FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    VIPR I-BPA for Weed Washing Unit for Regions 3, 5, and 6
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking to establish multiple agreements for the procurement of Weed Washing Units to support fire suppression and related all-hazard incidents across Regions 3, 5, and 6. These units are essential for effective response operations, requiring contractors to provide high-pressure wash systems that meet specific environmental standards, maintain operational equipment, and ensure trained personnel are available while adhering to safety regulations. The agreements will facilitate year-round use, with peak demand anticipated from March to October, although no orders are guaranteed. Interested parties can contact Briana Chalmers at briana.c.chalmers@usda.gov or by phone at 803-497-5383 for further details regarding this total small business set-aside opportunity.
    VIPR I-BPA for VIPR I-BPA for Heavy Equipment Task Force (HETF) for Regions 1 and 4 ONLY
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the VIPR I-BPA for Heavy Equipment Task Force (HETF) for Regions 1 and 4 only. This procurement is aimed at acquiring support activities for forestry, particularly in the area of natural resources and conservation related to forest and range fire suppression and presuppression. The services are crucial for effective forest management and emergency response to wildfires, ensuring the safety and preservation of forested areas. Interested small businesses are encouraged to reach out to James Batty at james.batty@usda.gov or call 541-797-4794 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.