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
    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
    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.
    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.
    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
    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.
    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.
    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.
    TX-UVALDE NFH-TILT OVER DECK TRAILER
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide a 21K tilt-over deck trailer for the Uvalde National Fish Hatchery in Texas. The procurement requires vendors to meet specific technical specifications, including a gross vehicle weight rating (GVWR) of 21,000 lbs, and to deliver the trailer within 90 days post-contract award to the designated location. This equipment is essential for the hatchery's operations, supporting the agency's mission to manage and conserve fish and wildlife resources. Interested parties must submit their quotations by March 14, 2025, and can direct inquiries to Mack Washington at mackwashington@fws.gov or by phone at 404-679-4033.
    F--Herbicide application, ST. MARKS NWR-FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    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.
    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.
    37--Front-end Mulcher Attachments, BLM Tyrrell and Hor
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting bids for the procurement of front-end mulcher attachments for use at the Tyrrell and Horning Seed Orchards in Oregon. The required equipment must meet specific technical criteria, including a 72-inch cutting width, the ability to mulch materials up to 6 inches in diameter, and compatibility with tractors ranging from 50 to 165 horsepower, specifically models from Kubota and New Holland. This procurement is vital for maintaining effective agricultural operations at the seed orchards, ensuring safety and compatibility with existing equipment. Interested vendors should note that the period of performance is set from April 30, 2025, to September 30, 2025, and can contact Tiffany Eslinger at teslinger@blm.gov or (503) 808-6521 for further details.
    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.