PR-VIEQUES NWR-/RVQ17-EQUIPRENTAL
ID: 140FS325Q0042Type: Solicitation
Overview

Buyer

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

NAICS

Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing (532412)

PSC

LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS (W099)

Set Aside

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

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the rental of heavy equipment to support the rehabilitation of RT#015 Playa Grande Road and the Punta Conejo Parking area at Vieques National Wildlife Refuge in Puerto Rico. The project encompasses approximately 3.5 miles of roadway and 1,150 square yards of parking area, with a performance period scheduled from March 4, 2025, to July 3, 2025. This initiative is crucial for maintaining infrastructure within protected areas, reflecting the government's commitment to environmental preservation and community service. Interested small businesses must submit their proposals by 4:00 PM on March 3, 2025, and can direct inquiries to Keith Rose at keith_rose@fws.gov or by phone at 612-713-5423, with an estimated contract value of $40 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is the "Register of Wage Determinations" under the Service Contract Act, specifically Wage Determination No. 2015-5713 for Puerto Rico. It outlines minimum wage requirements for covered contractors, indicating that contracts initiated or renewed after January 30, 2022, must comply with Executive Order 14026, which mandates a minimum wage of $17.75 per hour or the specified rate in the determination, whichever is higher. A detailed table lists various occupations and their corresponding hourly wage rates, ranging from administrative, food service, and automotive roles to health and technical occupations. Additionally, it specifies fringe benefits including health and welfare, vacation, holidays, and uniform allowances for the workers. The document emphasizes compliance with wage requirements, including provisions for additional classifications not listed directly within the determination, necessitating a conformance process to classify and ensure equitable wage rates for employees performing work related to the contracts. This document serves as an essential reference for contractors to comply with federal wage regulations in applicable service contracts, safeguarding worker rights and remuneration in Puerto Rico.
    This statement of work outlines the equipment rental required for the rehabilitation of RT#015 Playa Grande Road and RT#929 Punta Conejo Parking at Vieques National Wildlife Refuge (NWR). The project involves approximately 3.5 miles of roadway and 1,150 square yards of parking area rehabilitation, led by Wayne Smith and a Regional Maintenance Action Team (MAT). To support their efforts, the rental includes various heavy equipment such as compacting rollers, dump trucks, wheel loaders, water trucks, dozers, a motor grader, fuel trailers, and pickup trucks. Compliance with the Jones Act for transporting equipment from the U.S. to Puerto Rico and Vieques is mandatory. The preferred contractor for the equipment rental is Rimco - CAT, with specific contact points provided. The project is scheduled to be carried out between February 15 and May 31. The document emphasizes the necessity of adhering to regulations while facilitating maintenance and improvement of the vital transportation routes and recreational facilities at the refuge.
    The Statement of Work outlines the requirements for the rehabilitation of RT# 015 Playa Grande Rd and the parking area at Vieques National Wildlife Refuge, detailing a project spanning approximately 3.5 miles for the roadway and 1,150 square yards for the parking lot, with a performance period from March 3, 2025, to June 6, 2025. The contracting approach is specified to be lowest bid and technically acceptable. Compliance with the Jones Act is necessary for transporting equipment to Puerto Rico and Vieques, necessitating documentation. The project requires the rental of various heavy equipment, including compacting rollers, dump trucks, wheel loaders, water trucks, dozers, a motor grader, fuel trailers, and pick-up trucks for effective completion. The preferred contractor for the equipment rental is Rimco - CAT. Key contacts for the project and delivery details to the Vieques NWR Maintenance Shop are also provided, emphasizing organized preparation for the maintenance and rehabilitation efforts. This initiative showcases federal efforts to maintain and improve infrastructure in protected areas, reflecting environmental preservation and community service commitments.
    The document is an amendment to a federal solicitation (140FS325Q0042), which outlines changes to a previously submitted offer. The amendment details modifications to line items, specifically removing one type of truck from line item 00090 and adding it to line item 00091, thereby adjusting the scope of required vehicles. Additionally, it includes a request within the Statement of Work for trailers with operable brakes and lights for transporting heavy equipment between construction sites. The period of performance for the contract is confirmed to be from March 4, 2025, to July 3, 2025. The document emphasizes the requirement for contractors to acknowledge receipt of the amendment prior to the specified deadline to ensure their offer remains considered. The overall intent of this amendment is to clarify specifications for items requested under the solicitation, ensuring compliance with operational needs while maintaining the integrity of other terms and conditions of the contract.
    The document includes a Request for Quote (RFQ) for heavy equipment rental services for the U.S. Fish and Wildlife Service (USFWS) Vieques National Wildlife Refuge in Puerto Rico, solicited under Solicitation Number 140FS325Q0042. It is primarily aimed at small businesses and establishes a period of performance from March 4, 2025, to July 3, 2025. The procurement follows the guidelines of FAR Parts 12 and 13, seeking a firm-fixed price contract with an estimated value of $40 million. Key components include a detailed list of required heavy equipment, submission guidelines for quotes—which must include technical capabilities, past performance references, and price quotes—and evaluation criteria based on technical experience, management plans, and past performance. Offerors must be registered in the System for Award Management (SAM) and submit their proposals by 4:00 PM on March 3, 2025. The document also specifies compliance with various federal regulations, clauses for contract terms, and conditions pertaining to small business programs. The emphasis on small business participation highlights the government’s commitment to fostering economic growth and competition among small enterprises.
    The document outlines the evaluation criteria for proposals submitted in response to a federal Request for Proposals (RFP). It details the evaluation factors used to judge the qualifications of the bidders, focusing on three main categories: Key Personnel and Subcontracts, Past Performance, and Technical/Management Approach. Each factor is rated on a scale from Excellent to Marginal, with specific criteria defining each rating. Proposals are evaluated independently to ensure fairness, requiring reviewers to assess a company's qualifications based on their merits alone. For Key Personnel, evaluators look for relevant experience and technical capabilities, specifying at least five years in the industry. Past Performance evaluates the quality of past contracts relevant to the current RFP, emphasizing recent work completed within the last three years. The Technical/Management Approach assesses the feasibility of the proposal's execution plan. Each section requires elaboration on strengths and weaknesses to justify ratings, ultimately leading to a comprehensive score reflecting the offeror's suitability for the contract. This evaluation process is essential for selecting the most qualified contractors, ensuring that government projects are awarded based on merit and capability to fulfill specific requirements outlined in the solicitation.
    Lifecycle
    Title
    Type
    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.
    CARIB ESFO- INTERNET/SIP TRUNK BAYAMON
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide high-speed fiber optic internet service (100 Mbps) for its Office of Law Enforcement (OLE) and Caribbean Ecological Services Office (CESFO) located in Bayamon, Puerto Rico. The objective of this procurement is to ensure reliable internet connectivity to support the consolidation of these offices within a shared leased space, with the service period commencing on March 13, 2025, and extending to March 12, 2026. This initiative underscores the critical need for robust communications infrastructure to facilitate effective operations and collaboration within government offices. Interested vendors must submit their quotations by March 7, 2025, and can direct inquiries to Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    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.
    VT-MISSISQUOI NWR-INVASIVE SPECIES CONTR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide invasive species remediation services at the Missisquoi National Wildlife Refuge in Vermont. The primary objective is to manage and control invasive plant species, such as Phragmites and European buckthorn, across approximately 17 acres to enhance habitat for migratory birds and restore ecological integrity. This initiative underscores the importance of effective environmental management practices, particularly in protected wildlife areas. Interested contractors must submit their quotations by March 12, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
    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.
    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.
    TX-UVALDE NFH-TILT OVER DECK TRAILER
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide a 21K tilt-over deck trailer for the Uvalde National Fish Hatchery in Texas. The procurement requires vendors to meet specific technical specifications, including a gross vehicle weight rating (GVWR) of 21,000 lbs, and to deliver the trailer within 90 days post-contract award to the designated location. This equipment is essential for the hatchery's operations, supporting the agency's mission to manage and conserve fish and wildlife resources. Interested parties must submit their quotations by March 14, 2025, and can direct inquiries to Mack Washington at mackwashington@fws.gov or by phone at 404-679-4033.
    S--Janitorial Services Patuxent Research Services
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for janitorial services at the Patuxent Research Refuge. The contractor will be responsible for maintaining cleanliness across various facilities, including office buildings, visitor centers, and restrooms, while adhering to OSHA regulations and utilizing environmentally preferable cleaning products compliant with LEED standards. This procurement is crucial for ensuring a clean and professional environment that supports the Refuge's mission, with a contract performance period from March 1, 2025, to February 28, 2030. Interested vendors must submit their proposals via email by March 3, 2025, and are encouraged to contact Timothy Clapp at timothyclapp@fws.gov for further information.
    CA-LODI FWO-CLARK FORKLIFT ASSESSMENT
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the assessment and repair of a Clark Model GPS25MB Forklift located at the Lodi Fish and Wildlife Office. Contractors are required to provide all necessary labor, materials, and supervision to complete the repair, ensuring compliance with manufacturer guidelines, and will also be responsible for transporting the forklift to their repair facility. This procurement is crucial for maintaining essential equipment used in wildlife management operations, reflecting the government's commitment to sustainable procurement practices. Interested small businesses must register in SAM and adhere to specific government regulations, with the performance period set from March 6, 2025, to May 6, 2025; for further inquiries, contact Roger Lockhart at rogerlockhart@fws.gov or call 404-679-7124.
    F--Tree Planting, ST. Marks NWR-FL
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for a contract focused on the hand-planting of 122,000 containerized longleaf pine trees at the St. Marks National Wildlife Refuge in Wakulla County, Florida. The project, known as the Logging Debris Fire BAR Project, aims to restore natural ecosystems by reintroducing longleaf pines over 178 acres, with planting activities scheduled to commence on February 1, 2026, and conclude by February 28, 2026. This initiative underscores the importance of ecological restoration and habitat improvement, reflecting the government's commitment to conservation efforts. Interested contractors must submit their proposals by March 12, 2025, and can direct inquiries to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.