Tallow Treatment, Theodore Roosevelt NWR, MS
ID: 140FS325Q0023Type: Solicitation
Overview

Buyer

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

NAICS

Support Activities for Forestry (115310)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 7, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 7, 2025, 12:00 AM UTC
  3. 3
    Due Jan 22, 2025, 7:00 PM UTC
Description

The U.S. Fish and Wildlife Service is seeking quotes for the treatment of invasive Chinese tallowtree at the Theodore Roosevelt National Wildlife Refuge in Mississippi, specifically at the St. Catherine Creek and Bayou Cocodrie National Wildlife Refuges. Contractors will be responsible for locating and treating tallow infestations across 200 acres in Mississippi and 150 acres in Louisiana, utilizing GPS for tracking and providing weekly reports on their progress. This initiative is part of the federal government's ongoing efforts to manage invasive species and protect native habitats, with the contract expected to be awarded by October 15, 2025. Interested small businesses must submit their quotes by January 22, 2024, and can direct inquiries to Contract Specialist Fred Riley at fred_riley@fws.gov or by phone at 413-253-8738.

Point(s) of Contact
Files
Title
Posted
Jan 7, 2025, 2:04 PM UTC
The document outlines a federal contract proposal for the treatment of invasive Chinese tallowtree (Triadica sebifera) at two National Wildlife Refuges: St. Catherine Creek in Mississippi and Bayou Cocodrie in Louisiana. Contractors are tasked with locating and treating tallow infestations across specified treatment zones, covering 200 acres in Mississippi and 150 acres in Louisiana. They must maintain valid pesticide applicator licenses, utilize GPS for tracking treatment areas, and provide weekly accomplishment reports. The scope includes site investigation, pre-approval of treatment products, and specific application methods for controlling tallow. The work is to be conducted primarily from May 1 to September 30, with an emphasis on the effectiveness of treatments during the August to October window. The contractor is responsible for all materials, personnel, and compliance with safety regulations, while the U.S. Fish and Wildlife Service will oversee operations and provide necessary logistical support. This project reflects ongoing federal efforts to manage invasive species and protect native habitats within the wildlife refuges.
Jan 7, 2025, 2:04 PM UTC
The document outlines a Request for Proposal (RFP) for invasive species treatment within the Theodore Roosevelt National Wildlife Refuge Complex, specifically at the St. Catherine Creek and Bayou Cocodrie National Wildlife Refuges. The contract duration is from the date of award until October 15, 2025, indicating a timeline for project execution. The proposal requires treatment for 200 acres at St. Catherine Creek NWR and 150 acres at Bayou Cocodrie NWR, with the unit price covering all necessary supplies and materials to fulfill the specified work per the Performance Work Statement (PWS). This initiative emphasizes the federal government’s commitment to managing invasive species to protect and preserve wildlife habitats, showcasing the importance of ecological integrity in national wildlife refuges. The detailed quote schedule is essential for budgeting and resource allocation in federal grant acquisition processes, ensuring accountability and compliance with environmental regulations.
Jan 7, 2025, 2:04 PM UTC
The document is the "Register of Wage Determinations Under the Service Contract Act," outlining wage requirements for federal contracts in Mississippi, specifically covering certain counties. It indicates that contracts effective after January 30, 2022, must pay at least $17.75 per hour based on Executive Order 14026, while contracts awarded between January 1, 2015, and January 29, 2022, must meet a minimum of $13.30 under Executive Order 13658, unless stipulated otherwise. A detailed list of occupations with corresponding wage rates is included, categorized by administrative, automotive, food service, and health occupations, among others. The document also covers fringe benefits, including health and welfare allowances, paid vacation, and paid sick leave requirements under Executive Order 13706. Special provisions for uniform allowances, hazardous pay, and the conformance process for unlisted job classifications are detailed as well. This guidance is crucial for both federal agencies and contractors to ensure compliance with labor laws, promote fair compensation, and protect workers' rights in federal contract operations, directly impacting state and local RFPs and grant applications.
Jan 7, 2025, 2:04 PM UTC
The "Past Experience & References Questionnaire" is a critical component of the solicitation process for contractors seeking federal government contracts. It requires bidders to provide comprehensive information regarding their business, including the company's name, SAM Unique Entity ID, contact information, business type, and years of relevant experience. The questionnaire covers various essential aspects: the duration of experience in services and contracting (both as a prime and subcontractor), previous contract failures, and details on key personnel anticipated for the project. Contractors must list relevant past performance, providing references including contract agency names, contract values, point of contact details, and project scopes for contracts completed within the last three years, showcasing similar complexity to the current solicitation. Additionally, a certification section requires an official from the contracting entity to affirm the accuracy of the provided information. This structured approach ensures that the government can assess the capability of potential contractors effectively, ultimately aiding in the selection of qualified service providers for federal projects. Overall, this questionnaire underlines the importance of past experience and references in securing government contracts, reinforcing transparency and accountability in the procurement process.
Jan 7, 2025, 2:04 PM UTC
This document outlines a Request for Proposal (RFP) related to invasive species treatment at the St. Catherine Creek National Wildlife Refuge, issued by the U.S. Fish and Wildlife Service. The RFP includes key administrative details, such as the remittance address, offer due date of January 7, 2025, and a performance period from February 3, 2025, to October 15, 2025. It emphasizes the importance of offering comprehensive technical solutions for invasive species management. Contractors must meet various federal standards, including compliance with the Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR). Special provisions encourage participation by small businesses, including those owned by veterans, women, and economically disadvantaged individuals. The document details evaluation criteria, focusing on price, technical merit, and past performance, supporting the government’s goal of obtaining the best value. Additionally, compliance with electronic invoicing procedures and federal regulations is required to streamline financial transactions and maintain transparency. This RFP reflects the federal government's focus on environmental conservation while promoting small business participation in its contracting processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
CT-FWS STEWART B MCKINNEY-PESTICIDE
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for herbicide application services at the Stewart B. McKinney National Wildlife Refuge in Connecticut, under solicitation number 140FS325Q0066. The primary objective is to control invasive swallow-wort species through a targeted chemical treatment over a 4.18-acre area, with the goal of reducing its coverage by 30% during two application phases in 2025. This initiative is crucial for restoring native plant habitats and supporting local wildlife, aligning with broader environmental management efforts. Interested small businesses must submit quotes by April 25, 2025, following a mandatory site visit on April 23, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information. The estimated budget for this project is $9.5 million.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
FL ST MARKS NWR BIL TREE PLANTING
Buyer not available
The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for a project involving the mechanical seeding of wiregrass at the St. Marks National Wildlife Refuge in Wakulla County, Florida. The contract requires the supply and planting of 1,780 pounds of wiregrass seed over 178 acres, with the planting period scheduled from December 1, 2025, to January 31, 2026. This initiative is part of a broader effort to restore native vegetation and enhance ecosystem health within the refuge, adhering to federal regulations and environmental standards. Interested vendors must submit their proposals by May 2, 2025, and can direct inquiries to Terrence Anderson at terrenceanderson@fws.gov or by phone at 682-294-0280.
Herbicide Treatment-PLO 1015 unit of Buenos Aires
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for herbicide treatment services targeting non-native salt cedar resprouts at the Buenos Aires National Wildlife Refuge in Avondale, Arizona. The contractor will be responsible for providing personnel, equipment, and the herbicide Garlon 4 Ultra to effectively manage invasive species over approximately 60 acres, as part of a habitat restoration initiative following the 2020 Avondale Fire. This project is crucial for enhancing ecological conditions and supporting native wildlife recovery efforts. Interested small businesses must submit their proposals by April 30, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information.
Hand Cut/Pile Trees, Las Vegas NWR, Las Vegas, NM
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for a forest management project at the Las Vegas National Wildlife Refuge in New Mexico, focusing on the hand-cutting and piling of encroaching juniper and piñon trees. The project will cover approximately 30 acres, requiring the contractor to manually cut trees with a diameter of less than 12 inches and pile the debris away from sensitive areas to minimize environmental impact. This initiative is crucial for restoring natural habitats and preventing wildfire risks, aligning with federal regulations for ecological management. Interested small businesses must submit their proposals, including a technical and price proposal, by May 2, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further details.
Reed canary-grass Control on the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking qualified contractors for the Reed canary-grass Control project as part of the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project. The objective is to control invasive species on approximately 9.5 acres of Buffalo Slough Island to support the survival and growth of planted trees, which is crucial for maintaining the ecological balance in this area of the Upper Mississippi River floodplain. This contract, set aside for small businesses under NAICS code 561730 (Landscaping Services), will be a Firm, Fixed-Price contract with a performance period from June 1, 2025, to July 30, 2027. Interested vendors must register in the System for Award Management (SAM) and can contact Scott Hendrix at scott.e.hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further details.
Invasive Species Control
Buyer not available
The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for an indefinite delivery/indefinite quantity requirements contract focused on invasive species control at the Naval Support Activity (NSA) Crane in Indiana. The contract entails multiple task orders aimed at managing and treating various invasive species infestations, including Wisteria, Kudzu, and Japanese Stiltgrass, among others, with all contractor personnel required to hold appropriate pesticide application certifications and licenses from the State of Indiana. This initiative is crucial for maintaining ecological balance and protecting native flora, with a total contract value not to exceed $5 million over a potential five-year period, including a 12-month base period and four 12-month option periods. Interested parties should reach out to Colleen Mckinney at colleen.l.mckinney4.civ@us.navy.mil or Carrie Grimard at carrie.l.grimard.civ@us.navy.mil for further details.
Control of Aquatic Invasive Plant Species, East Brimfield Lake, Fiskdale, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting contractors for the control of aquatic invasive plant species at East Brimfield Lake in Fiskdale, Massachusetts. The project requires the application of Granular Fluridone herbicide to manage Fanwort and Eurasian Milfoil across approximately 43 acres, with an option to treat an additional 8 acres, along with conducting a post-treatment survey and providing a detailed report on the effectiveness of the treatment. This initiative is part of the federal commitment to manage aquatic ecosystems and engage small businesses in environmental conservation efforts. Interested contractors must be registered in the System for Award Management (SAM) and comply with safety and reporting requirements, with the project expected to conclude by October 2025. For further inquiries, contact Brian Mannion at brian.t.mannion@usace.army.mil or call 978-318-8478.
Maps Uploaded
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking contractors to provide herbicide application services for invasive plant control in Southern Lane County, Oregon, as part of the Willamette Valley Project. The contract involves managing approximately 234.2 acres across 14 parcels, focusing on the treatment of invasive species to protect native ecosystems and endangered species. This initiative is crucial for maintaining ecological balance and adhering to federal environmental regulations. Interested contractors should submit quotes to Raymie Briddell and Darrell Hutchens by April 23, 2025, with a total contract value of $22 million and services expected to commence between June 1, 2025, and May 31, 2026.
S--SGH UNITS NOXIOUS WEED TREATMENT PROJECT
Buyer not available
The Department of the Interior, Bureau of Land Management (BLM), is seeking quotations for the S--SGH Units Noxious Weed Treatment Project in the Helena, Montana area. The project involves applying contractor-furnished herbicides to control invasive species, including Spotted knapweed, Dalmatian toadflax, and Canada thistle, across three timber harvest units totaling 500 acres, with work scheduled between June 1 and August 30, 2025. This initiative is part of federal efforts to manage invasive species and protect local ecosystems, and it is set aside for small businesses under NAICS Code 561730, with a size standard of $9.5 million. Interested contractors should prepare for a Request for Quotation (RFQ) expected to be issued around April 25, 2025, with quotations due by May 23, 2025; for further information, contact Christine Mundt at cmundt@blm.gov or (406) 896-5030.