MO Mingo NWR - Disk Harrow
ID: 140FS225Q0045Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

TRUCK AND TRACTOR ATTACHMENTS (3830)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 29, 2025, 9:00 PM UTC
Description

The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide a Disk Harrow for delivery to the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement involves a firm-fixed-price order, with specific requirements for the disk harrow's operational capabilities, including a working width of 25 feet 2 inches and compatibility with tractors having 250-325 HP. This equipment is crucial for effective land management and habitat maintenance at the refuge, supporting environmental and agricultural initiatives. Interested bidders must submit their quotes by January 29, 2025, via email to Dana Arnold at dana_arnold@fws.gov, and are encouraged to demonstrate relevant past performance in their submissions.

Point(s) of Contact
Files
Title
Posted
Jan 17, 2025, 7:05 PM UTC
The document outlines the specifications for a disk harrow intended for use at Mingo National Wildlife Refuge, detailing its operational and construction parameters. Key specifications include a working width of 25 feet 2 inches, compatible with tractors having 250-325 HP and remote hydraulic valves, with a minimum hydraulic pressure of 2,400 PSI. It features a hydraulic wing fold and leveling system, with the ability to operate up to a 6-inch depth. The frame is reinforced with robust tube sizes, and durable components ensure effective gang mounting and blade operation. Blades are designed for strength and earth penetration, with a standard concavity and a diameter of 24 inches for working blades. The document also notes the specifications for wheels and tires, ensuring stability and ease of transport. This summary of technical specifications suggests the equipment is necessary for effective land management at the refuge, likely linked to environmental and agricultural projects under federal, state, or local funding opportunities highlighted in RFPs and grant proposals. Such detailed specifications facilitate compliance with procurement processes, ensuring the equipment meets operational needs for wildlife habitat management.
Jan 17, 2025, 7:05 PM UTC
The document outlines a form required for bidders participating in a government Request for Proposal (RFP) or grant application. It focuses on gathering references from quoters about their past experience relevant to the contract in question. Bidders are instructed to provide details about up to three pertinent contracts or work experiences, including contact information for references and a brief description of duties performed. Each entry requires information such as contract type, number, total value, agency details, and duration of work. The submission deadline is emphasized, directing quotes to be sent to Dana Arnold via email. This document's purpose is to assess the qualifications and track record of potential contractors, ensuring that they have the necessary experience to fulfill the requirements of the solicitation. It emphasizes the importance of demonstrating relevant past performance in government contracting processes.
Jan 17, 2025, 7:05 PM UTC
The government document is a Request for Quotation (RFQ) for a firm-fixed-price order for a Disk Harrow to be delivered to the U.S. Fish and Wildlife Service (FWS) at Mingo National Wildlife Refuge in Puxico, Missouri. The offer due date is January 29, 2025. Offerors must email their quotes to the contracting officer, Dana Arnold, at dana_arnold@fws.gov and are encouraged to use the provided Standard Form (SF) 1449 for submission. The evaluation of proposals will consider technical specifications, lead time after order, past performance, and price, with a focus on technical compliance. There is an emphasis on reducing single-use plastics in product packaging and shipping, encouraging offerors to utilize SUP-free alternatives and to document compliance. The document outlines additional requirements for contractors, including representations and certifications related to business size, including classifications for small businesses, economically disadvantaged women-owned businesses, and service-disabled veteran-owned businesses. It specifies compliance with various provisions of federal regulations, ensuring that offers support the government's objectives while adhering to legal standards concerning telecommunications and procurement ethics. This solicitation demonstrates the government's commitment to sustainable practices and regulatory compliance in procurement processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide upfit services for emergency vehicles, specifically Ford F-150 trucks, to enhance the safety and functionality of Federal Wildlife Officers. The project requires the installation of emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to strict quality and safety standards while minimizing modifications to maintain vehicle resale value. This initiative is crucial for ensuring that wildlife law enforcement personnel are equipped with reliable and effective vehicles for their duties. Interested vendors must submit their quotes by April 18, 2025, with a delivery deadline set for September 30, 2025. For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
MS-FWS NOXUBEE-HERBICIDE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for herbicide application services at the Noxubee National Wildlife Refuge (NWR) in Mississippi, under solicitation number 140FS325Q0063. The primary objective is to manage invasive species, specifically Bicolor Lespedeza, by applying a specified herbicide mixture across approximately 124 acres, with a focus on compliance with environmental regulations and treatment protocols. This contract is set aside for small businesses and includes a base period of three months with two optional extensions, emphasizing the importance of effective habitat conservation efforts. Interested bidders must submit their proposals by April 22, 2025, with an anticipated award date of May 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and aims to allocate 20% of awards to small businesses. This procurement is critical for maintaining the operational efficiency of the agency's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit a signed form 1449, a statement of capability, and their hourly labor rates, with the contract period set to commence on May 1, 2025, and run through April 30, 2035. For further inquiries, vendors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
Bat Wing Mower with Turn-In
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the procurement of a Bat Wing Mower with Turn-In, which involves trading in an existing flex wing rotary cutter mower and delivering a new PTO powered flex wing mower. The new equipment must meet specific requirements, including a cutting width of 240 inches and flexibility in design, emphasizing the importance of reliable and efficient lawn maintenance equipment for military operations. Interested contractors are encouraged to contact Eric J. Gaul for proposal inquiries, with a proposed delivery date set for June 6, 2025, and immediate pickup of the traded equipment required. Compliance with the System for Award Management (SAM) registration is mandatory, and the solicitation document includes various FAR and DFARS clauses to ensure adherence to federal regulations.
AK-KENAI NWR-ROAD REPAIR (EQUIP) RENTAL
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking quotes from qualified small businesses for the rental of heavy equipment necessary for road repairs at the Dolly Varden Lake Campground in Sterling, Alaska. The project involves rehabilitating 0.5 miles of gravel road, which includes addressing drainage, vegetation, and ensuring fish and wildlife passage, with the performance period set from May 28, 2025, to June 28, 2025. This procurement is critical for maintaining accessibility and safety within the Kenai National Wildlife Refuge while enhancing wildlife habitats. Interested vendors must submit their quotations by April 21, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award consideration. For further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
J--Region 4 Heavy Equipment Maintenance and Repair BPA
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service (USFWS), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services in Region 4. The selected vendor will be responsible for providing all necessary tools and personnel to perform diagnostics, maintenance, and repairs on various heavy equipment, including backhoes and dozers, with services encompassing preventative maintenance, emergency repairs, field diagnostics, parts provision, and waste disposal. This BPA, which is set for a duration of ten years, is crucial for ensuring the efficient management of operational equipment used by the USFWS across multiple states and territories, with individual orders limited to $2,500 and oversight from trained personnel. Interested parties can contact Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387 for further details.
66--CA-LODI FWO-NOTUS G700AP15 HYDROPHONE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting quotes for an Omni Portable Trawl Hydrophone and a Trawlmaster Command Unit or an equivalent product, with the aim of enhancing their aquatic monitoring capabilities. The procurement is intended for a Firm-Fixed Price Contract, emphasizing fair pricing and best value for the government, with a required delivery date set for May 15, 2025, and a performance period from April 15, 2025, to May 15, 2025. This equipment is crucial for effective wildlife management and research, supporting the agency's mission to conserve fish and wildlife resources. Interested vendors must be registered in the System for Award Management (SAM) and submit their quotes via email by April 17, 2025, following the recent amendment that dissolved the Small Business Set-Aside designation, allowing all responsible bidders to participate. For further inquiries, potential contractors can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
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.
MS NOXUBEE NWR HERBICIDE TREATMENT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking bids for herbicide treatment on approximately 753 acres at the Sam D. Hamilton Noxubee National Wildlife Refuge in Mississippi. This procurement is set aside for small businesses under NAICS code 325320, focusing on the application of pesticides while adhering to environmental regulations and ensuring the protection of non-target species. The contract requires comprehensive management of herbicide application, including reporting and compliance, with deliverables such as treatment reports and proof of regulatory adherence. Interested contractors must submit their quotes by April 28, 2025, and can contact Lee Riley at leeriley@fws.gov or 404-679-4158 for further information.
J--MN-MN VALLEY NWR-TRUCK UPFITTING
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for truck upfitting services at the Minnesota Valley National Wildlife Refuge (MN VLY NWR). The procurement involves modifications to a 2024 RAM 3500 Regular Cab 4x4 vehicle, including the installation of a customer-provided Rugby Dump Body, wiring, and various accessories, all in compliance with Department of Transportation (DOT) regulations. This project is crucial for enhancing the operational capabilities of the refuge's vehicles, ensuring they meet safety and performance standards. Interested parties must submit their quotations via email by April 22, 2025, and include necessary documentation such as a completed SF 1449 form, technical capabilities, and past performance references. For further inquiries, contact Dana Arnold at danaarnold@fws.gov or call 703-468-8289.