R--Stillwater NWR NNIS Plant Inventory
ID: 140FS125Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Environment, Conservation and Wildlife Organizations (813312)

PSC

SUPPORT- MANAGEMENT: DATA COLLECTION (R702)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a firm-fixed-price contract to conduct an invasive plant inventory at the Stillwater and Fallon National Wildlife Refuges in Nevada. The project aims to assess and document the distribution and abundance of 15 priority invasive plant species over an 18-month period, forming a critical part of an Integrated Pest Management (IPM) Plan to guide future habitat management. This initiative is vital for maintaining biodiversity and ecosystem integrity within the refuge system while effectively managing limited resources against the threats posed by invasive species. Proposals are due by January 22, 2025, following an extension due to changes in the statement of work, and interested contractors should contact Chelsea DeVivo at chelsea_devivo@fws.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to solicitation ID 140FS125Q0003, which seeks to address invasive species management at the Stillwater National Wildlife Refuge Complex in Nevada. Following a prioritization workshop, the main objectives include understanding conservation contexts, identifying priority invasive species, and developing management strategies. The document outlines flexible survey methodologies tailored to specific invasive species and management goals, emphasizing the need for efficient resource allocation. Critical areas have been identified, with priority given to management units near wetland shorelines and vector routes. An emphasis is placed on the early detection and rapid response (EDRR) to potential threats from invasive species. GIS data and various prioritization tools are available for contractors, with comprehensive species lists developed. The report provides insights on the complex ecological dynamics affected by invasive species, detailing management techniques for aquatic and terrestrial environments. Financial support via grants is highlighted as a resource for executing inventory and control methods. The overarching goal is to maintain biodiversity and ecosystem integrity within the refuge system while effectively managing limited resources.
    The document is an amendment to a solicitation identified as 140FS125Q0003, specifically regarding the invasive plant inventory project at Stillwater. The amendment, designated as Amendment 2, extends the deadline for proposal submissions to January 22, 2025. This extension is attributed to modifications in the statement of work, which now requires surveying of a reduced acreage of 10,000 to 16,000 acres. The amendment instructs contractors to acknowledge receipt of this document by specific methods, including submitting written correspondence that references the solicitation and amendment numbers. The contracting point of contact is Chelsea DeVivo, whose contact information is provided. The amendment ensures that all other terms and conditions from prior documents remain unchanged in effect. This amendment serves to clarify the solicitation process and provide essential updates related to project scope and submission timelines, which are critical for contractors interested in responding to the government request for proposals.
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for a firm-fixed-price contract to conduct an invasive plant inventory at the Stillwater and Fallon National Wildlife Refuges in Nevada over an 18-month period. This project aims to assess and document the distribution and abundance of 15 priority invasive plant species, forming a critical part of an Integrated Pest Management (IPM) Plan to guide future habitat management. Respondents must show technical capability through detailed proposals including a project schedule, relevant experience, and past performance in managing similar projects. The evaluation will consider both technical and price factors, with quotes due by November 26, 2024. A preliminary site visit is scheduled, aiming to facilitate contractor engagement with refuge stakeholders. The inventory will adhere to standards established by the USFWS and will require the contractor to deliver regular progress reports and a comprehensive final report, including management recommendations and mapping of invasive species. The document emphasizes rigorous biosecurity measures during fieldwork to prevent the spread of invasive species, underlining the importance of environmental protection in this federal initiative.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    Water Hyacinth Control, Matthews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for an aerial herbicide application project aimed at controlling water hyacinth at the Matthews Brake National Wildlife Refuge in Mississippi. The project requires the contractor to apply ProcellaCOR SC herbicide over approximately 250 acres using a helicopter, with operations scheduled from May 15 to July 31, 2025, while ensuring compliance with all environmental regulations and effective drift control. This initiative is crucial for managing invasive aquatic plants to maintain ecological balance within the refuge. Interested contractors must submit their proposals, including a quote per acre, by the specified deadline, and can direct inquiries to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738. The total estimated contract amount is $11.5 million, with a focus on small business participation, particularly from service-disabled veteran-owned and economically disadvantaged women-owned businesses.
    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.
    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.
    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.
    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.
    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.
    Woody Vegetation Removal (Mulching), McFaddin NWR,
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking small business contractors for a project involving the mulching of woody vegetation across 165 acres at the McFaddin National Wildlife Refuge in Sabine Pass, Texas. The objective of this procurement is to enhance environmental management by removing dense vegetation, with contractors required to provide personnel, machinery, materials, and supervision for the task. This initiative underscores the government's commitment to supporting small businesses, particularly those owned by veterans or economically disadvantaged individuals, while ensuring compliance with federal regulations regarding labor and environmental protections. Interested vendors must submit their technical and price proposals by March 21, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information. The estimated contract value is $11.5 million, with delivery expected by September 30, 2025.
    F--Predator Control at Attwater Prairie Chicken NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for predator control services at the Attwater Prairie Chicken National Wildlife Refuge (NWR). The primary objective of this procurement is to manage and mitigate predator populations that threaten the habitat and survival of the Attwater Prairie Chicken, a species of concern. Effective predator control is crucial for the conservation efforts aimed at protecting this endangered bird and its ecosystem. Interested contractors can reach out to Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321 for further details regarding this special notice.