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
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 new PTO-powered flex wing rotary mower, along with the trade-in of an existing John Deere rotary cutter. The primary objective is to acquire a mower that meets specific requirements, including a cutting width of 240 inches and flexibility in design, while ensuring that the contractor has a qualified dealership within a 100-mile radius for service and support. This procurement is crucial for maintaining operational efficiency in landscaping and land management tasks within the Army's facilities. Interested vendors must submit their proposals by the specified deadline, and for inquiries, they can contact Eric J. Gaul at eric.j.gaul@usace.army.mil or by phone at 309-794-5093. The proposed delivery date for the new equipment is set for June 6, 2025.
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.
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
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.
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.
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.
Steel Utility Truck Bed Purchase & Install
Buyer not available
The Department of Agriculture, specifically the Forest Service at the Mingo Job Corps Center, is seeking proposals for the purchase and installation of a steel utility truck bed for a 2024 Chevy Silverado 5500HD. The procurement aims to enhance the operational capabilities of the Job Corps facility, ensuring that the vehicle meets specific technical and safety standards as outlined in the Request for Proposal (RFP). This initiative is part of the government's broader efforts to modernize its fleet and improve service delivery. Interested vendors must submit their proposals by April 30, 2025, at 1700 ET, and can direct inquiries to Megan Allaire at megan.allaire@usda.gov or Tracy Doud at Tracy.Doud@usda.gov.
F--HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting quotes for Marine Natural Resource Support Services, specifically targeting projects at Wake Atoll in the Pacific Islands, including Hawaii, Guam, and the Commonwealth of the Northern Marianas. Contractors are required to provide comprehensive personnel, equipment, and logistical support for marine surveys, including vessel operations, safety management, and SCUBA diving operations, with a focus on environmental conservation and compliance. This procurement is a total small business set-aside, with a performance period from May 1, 2025, to May 1, 2026, and an option for a one-year extension; interested parties must submit proposals that meet specific qualifications, including valid U.S. Coast Guard licenses and relevant experience, by the designated deadlines. For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
VA-DIV OF REALTY-APPRAISAL SERVICE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to provide appraisal and market valuation services for properties within the Yukon Delta National Wildlife Refuge in Alaska, under solicitation number 140F1S25Q0035. Interested offerors must possess a current certified general appraiser license and demonstrate technical and geographical competency in their proposals, which are due by April 24, 2025. This procurement is critical for ensuring accurate property valuations that support the FWS's mission and management of wildlife refuges. For further inquiries, potential bidders can contact Solmaz Salih at solmazsalih@fws.gov or by phone at 303-236-4250, and all quotes must remain valid for 60 days post-submission.