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, through the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction, which includes herbicide spraying, applicable nationally and in Guam. The BPA aims to manage hazardous vegetation through various methods, including mechanical clearing and chemical applications, with a performance period from March 31, 2025, to March 31, 2029, and a total purchase ceiling of $49.5 million over five years. This initiative is crucial for fire risk management and environmental safety, ensuring effective natural resource management across U.S. territories. Interested vendors must submit their qualifications and pricing estimates by March 31, 2025, to 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 pertains to an amendment of a solicitation associated with contract number 140F0S25Q0005. It notifies contractors that they must acknowledge receipt of this amendment through specific methods to ensure their offers are considered, lest they risk rejection. The amendment extends the response deadline to March 31, 2025, with a defined period of performance from March 31, 2025, to March 31, 2029. It appears to involve modifications to the contract or order, potentially for administrative adjustments as indicated in the regulatory reference to FAR 43.103(b). The contract remains in effect with unchanged terms unless stated otherwise in the amendment. The document outlines procedural requirements for both acknowledgment and submission of offers, emphasizing the importance of compliance with outlined protocols. The key purpose of the amendment is to facilitate clarity regarding responses and timelines for contractors participating in this solicitation process.
    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
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Forest Improvement Herbicide- Fort Drum
    Dept Of Defense
    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.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.