The U.S. Fish and Wildlife Service at St. Marks National Wildlife Refuge is seeking bids for a Forestry Herbicide Sprayer. The required equipment includes a tracked or wheeled skidder, not exceeding 11 feet (132 inches) in width, with a Tier 4 engine, variable transmission, enclosed cab, fire-retardant insulated wiring, 200-220 HP, and weighing under 50,000 lbs. The sprayer component must have a minimum 500-gallon capacity, a boomless nozzle setup with fittings for left, right, and center positions at the rear, in-cab electronic controls, a hydraulic integrated pump with at least 50psi/7 gpm flow, and a 1.5-inch valved discharge. Delivery is required by September 30, 2026, to the refuge at 7300 Coastal Hwy, St. Marks, FL 32327. Josh Havird (386-344-1403, joshua_havird@fws.gov) is the point of contact.
The document outlines a quote schedule for a Forestry Herbicide Sprayer for the St. Marks National Wildlife Refuge in Florida. The contract award is scheduled for September 30, 2026. The total cost for the Forestry Herbicide Sprayer includes all supplies, materials, and delivery to Horicon NWR. This indicates a procurement effort by a federal government entity, likely an RFP or similar solicitation, to acquire equipment for land management within a National Wildlife Refuge.
The Past Experience Questionnaire (140F0922Q0105) is a crucial document for vendors responding to government solicitations, requiring comprehensive information to demonstrate compliance and capability. It collects detailed company data, including business type, SAM UEI, and contact information. Key sections focus on the vendor's experience, specifically the number of years in service, as a prime or subcontractor, and experience with federal government contracts. The questionnaire also asks if the company has ever failed to complete awarded work and requires explanations for any such instances. Furthermore, it probes into key personnel details, such as employee numbers, payroll status, and anticipated staffing for the project. A critical component is the request for three recent and relevant past performance references completed within the last three years, similar in size and complexity to the solicited work. These references must include contract agency, value, dates, POC information, and a detailed scope of work. The document concludes with a certification statement, emphasizing the accuracy of provided information and authorization for references to be contacted.
This government Request for Quote (RFQ) 140FS326Q0012, issued by FWS SAT Team 3, seeks a Skidder with Sprayer for the North Florida Refuge Complex. The solicitation, due December 22, 2025, at 1400 ES, is a total small business set-aside with NAICS code 333111 and a 1,250 employee size standard. Payment will be made electronically via the Invoice Processing Platform (IPP). The contract includes various FAR clauses, notably those related to small business programs, combating trafficking in persons, and prohibitions on certain foreign telecommunications equipment. Offers will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis, considering technical approach, past performance, and key personnel. Green acquisition principles are also emphasized, promoting environmentally preferable products and services.