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
    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
    Title
    Type
    Similar Opportunities
    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.
    VT-MISSISQUOI NWR-INVASIVE SPECIES CONTR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide invasive species remediation services at the Missisquoi National Wildlife Refuge in Vermont. The primary objective is to manage and control invasive plant species, such as Phragmites and European buckthorn, across approximately 17 acres to enhance habitat for migratory birds and restore ecological integrity. This initiative underscores the importance of effective environmental management practices, particularly in protected wildlife areas. Interested contractors must submit their quotations by March 12, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
    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.
    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.
    Rivers FY25 Environmental Services Herbicide Spraying
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, St. Louis District, is soliciting bids for herbicide spraying services under Request for Quotation W912P925Q0005 for fiscal year 2025. The primary objective of this procurement is to control invasive plant species along the Mississippi and Illinois Rivers, specifically targeting areas within the Riverlands Migratory Bird Sanctuary. This initiative underscores the importance of environmental management and resource restoration, as contractors will be responsible for providing all necessary materials, labor, and supervision while adhering to safety and environmental regulations. Interested small businesses must submit their proposals by March 7, 2025, and can direct inquiries to Abrielle Campbell at abrielle.campbell@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil for further clarification.
    F--Fire Break Creation Tamarac NWR, Rochert MN
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the creation of a fire break at the Tamarac National Wildlife Refuge in Rochert, Minnesota. The project involves constructing a fire break approximately 0.46 miles long and covering 2.24 acres, aimed at reducing wildfire risks and improving access for fire suppression efforts. This initiative is part of the government's commitment to environmental management and safety, emphasizing the importance of maintaining natural resources and protecting community safety. Proposals are due by March 21, 2025, with a performance period from April 1, 2025, to December 31, 2025. Interested vendors should contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further details and ensure compliance with all submission requirements.
    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.
    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.