Tallow Treatment, Theodore Roosevelt NWR, MS
ID: 140FS325Q0023Type: Solicitation
AwardedFeb 5, 2025
$84.9K$84,875
AwardeeBACK FORTY SOLUTIONS INC 4771 BAYOU BLVD Pensacola FL 32503 USA
Award #:140FS325P0054
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
    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
    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.
    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.
    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.
    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.
    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
    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.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    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.
    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.
    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.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers – New England District is seeking qualified contractors to provide Chemical Vegetation Control Services at West Thompson Lake in N. Grosvenordale, CT. The contractor will be responsible for all labor, equipment, materials, transportation, and permits necessary to perform maintenance spraying and spot treatments of vegetation across approximately 25 acres, including invasive species management along roadways and field edges. This procurement is crucial for maintaining the ecological balance and safety of the lake's infrastructure. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 22, 2025. Interested vendors must ensure they have an active registration in SAM.gov at the time of submission to be considered for this opportunity. For further inquiries, contact Jennifer Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    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.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.