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
    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.
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    49--NV-AMARGOSA PFISH RCH STA-WTR TRUCK REPA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking a contractor for the repair of a water truck at the Amargosa Pupfish Research Station in Amargosa Valley, Nevada. The project involves comprehensive repairs on a 2009 Freightliner water truck, addressing various mechanical issues such as fault codes, oil leaks, fuel system problems, and more, with a requirement for completion within 30 days of contract award. This procurement is critical for maintaining operational efficiency at the research station, ensuring reliable transportation for water resources. Interested small businesses must submit their quotes by September 18, 2025, at 5 PM ET, and are required to acknowledge receipt of the solicitation amendment by December 16, 2025, to be considered for the contract. For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    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.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.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.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks are required to match existing models and will be utilized to store potable water for wildlife, particularly in drought-prone areas. The contract is a 100% Total Small Business set-aside, firm-fixed-price agreement, with quotes due by December 22, 2025, at 5:00 pm EST, and a performance period from December 29, 2025, to February 16, 2026. Interested vendors should direct inquiries and submissions to Khalilah Brown at khalilahbrown@fws.gov.
    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.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.