F--Mechanical mastication. Big Branch & Bogue Chitto
ID: 140FS325Q0086Type: Solicitation
AwardedJul 8, 2025
$210.3K$210,330
AwardeeThompson Land Management & Clearing LLC 318 TURTLE HOLW Brandon MS 39047 USA
Award #:140FS325P0165
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Fish and Wildlife Service is seeking qualified contractors for a mechanical mastication project at the Big Branch and Bogue Chitto National Wildlife Refuges in Louisiana. The objective is to clear hazardous fuels and hardwood debris across approximately 738 acres, enhancing fire safety and promoting ecosystem resilience through managed vegetation practices. This initiative underscores the government's commitment to habitat management and ecological restoration, with a contract period running from July 1, 2025, to September 30, 2026. Interested small businesses must submit their quotes by June 24, 2025, and can direct inquiries to Contract Specialist Fred Riley at fred_riley@fws.gov or 413-253-8738.

    Point(s) of Contact
    Files
    Title
    Posted
    The Mechanical Mastication project at Big Branch Marsh and Bogue Chitto National Wildlife Refuges in Louisiana aims to reduce hazardous fuels and hardwood debris through a mechanical mulching approach. The contract involves clearing selected midstory vegetation and organic waste across approximately 738 acres in designated units. Contractors must provide all necessary labor, materials, and equipment while complying with environmental regulations and coordination with Refuge personnel. To be eligible, contractors need specialized forestry mulching machines that can operate in wet conditions with low ground pressure. Bids are accepted per acre for various units, each with specified requirements and mappings. The work is to commence on July 1, 2025, with completion by September 30, 2026, subject to environmental conditions and restrictions around endangered species activity. Key performance requirements dictate the removal of specific vegetation types and sizes, with minimal soil disturbance and adherence to refuge guidelines. Given the intricate conditions of the work sites, this project underscores the government's commitment to managing refuge ecosystems while enhancing fire safety in adjacent urban areas. The project’s structure exemplifies common practices in government RFPs, focusing on effective resource management and ecological preservation.
    This file outlines a Request for Proposal (RFP) for mechanical mastication of vegetation at Big Branch and Bogue Chitto National Wildlife Refuges (NWR) in Louisiana. The objective is to remove hazardous fuels and hardwood debris, enhancing fire safety and promoting a resilient ecosystem. The contract encompasses approximately 736 acres, with specific units and areas designated for masticating trees and brush, particularly emphasizing hardwoods under 12 inches in diameter. Contractors are required to provide their own equipment, ensuring low ground pressure to minimize soil disturbance. Work is scheduled between July 1, 2025, and September 30, 2026, contingent on weather conditions and species protection considerations. The document specifies environmental compliance and care in areas with endangered species, underscoring the project’s ecological sensitivity. Bidding is structured on a per-acre basis, with clear maps and lines outlining work areas, and the Refuge Manager maintains oversight for site suitability and adjustments. The purpose of this RFP aligns with government efforts to manage public lands responsibly while safeguarding natural habitats.
    The file outlines a contract for mechanical mastication services at Big Branch and Bogue Chitto National Wildlife Refuges (NWR) in Louisiana, scheduled to be completed by September 30, 2026. It specifies the various units within each refuge, detailing the acreage to be worked on: Boy Scout Units (136 acres), Mossler Units (39 acres), Salmen Unit (188 acres), Fritchie Units (197 acres), and various units within Bogue Chitto NWR (Unit G - 60 acres, Unit J - 46 acres, Unit I - 72 acres). The unit price provided encompasses the costs for all supplies and materials required for the project as per the Performance Work Statement (PWS). This grant and RFP highlight the government's commitment to habitat management and restoration efforts within these protected areas, supporting biodiversity and ecosystem health through managed vegetation practices.
    The document outlines a government Request for Proposals (RFP) for mechanical mastication services at Big Branch and Bogue Chitto National Wildlife Refuges (NWR) in Louisiana, with a contract period ending on September 30, 2026. The RFP specifies two primary tasks: mechanical mastication of 560 acres at Big Branch NWR and 176 acres at Bogue Chitto NWR. The proposed unit pricing includes all necessary supplies and materials needed to complete the work according to the Performance Work Statement (PWS). This initiative aims to enhance land management and ecological restoration within the designated wildlife refuges, emphasizing the importance of properly maintaining these natural areas through mechanical means. The document serves as a formal request for contractors to provide pricing and availability for the specified services, adhering to federal guidelines for wildlife conservation and habitat management.
    The document is a wage determination from the U.S. Department of Labor under the Service Contract Act, outlining minimum wage rates for various occupations in Louisiana, specifically for certain parishes. It specifies that contractors must comply with wage standards set by Executive Orders 14026 and 13658, requiring payment at least $17.75 or $13.30 an hour, depending on contract specifics. The document details various job classifications, their corresponding wage rates, and fringe benefits, including health and welfare stipulations. Employees in applicable classifications may qualify for higher wages under specified executive orders. It also addresses requirements for paid sick leave and uniform allowances. The conformance process is outlined for any unlisted job classifications, ensuring appropriate wage rates are established. Overall, this document serves as a regulatory guideline for contractors to ensure compliance with federal wage and labor standards in government contracts.
    The "Past Experience Questionnaire – 140F0922Q0105" is a form required for contractors responding to government procurement opportunities. It seeks detailed information from bidders to assess their qualifications and past performance. Key sections request the business's basic information, years of relevant experience as a prime or subcontractor, and whether they have ever failed to complete an awarded contract. The questionnaire also inquires about the key personnel available for the project, including their employment status and relevant experience. Contractors are required to submit references for up to three similar contracts completed within the last three years, preferably government contracts, detailing contact information and project scopes. Moreover, the document includes a certification statement that the provided information is accurate and complete. Overall, this questionnaire is essential for ensuring compliance with solicitation requirements and enables government agencies to evaluate the capability of potential contractors effectively.
    The document serves as an amendment to solicitation number 140FS325Q0086, extending the deadline for quotes to June 24, 2025, at 2 PM. It includes guidelines for acknowledging receipt of the amendment and details on modifying already submitted offers if needed. The amendment is associated with the project "LA-ATCHAFALAYA NWR - Big Branch and Bogue Chitto Mastication". Key points include the requirement for the contractor to confirm the amendment and the continuity of all other terms and conditions unchanged. Contacts for the project are provided, including a technical point of contact, Matthew Sieja, and the contract point of contact, Fred Riley. The document emphasizes the importance of adhering to the specified timeline and communication protocols. Overall, it ensures clarity and compliance for contractors involved in the solicitation process.
    The document outlines Amendment 0002 related to solicitation number 140FS325Q0086, which is issued to modify a contract. The primary purpose of the amendment is to revise the Performance Work Statement and extend the due date for quotes to June 30, 2025, at 2 PM. Acknowledgment of this amendment is critical and must be received by the established deadline to avoid the rejection of offers. All other terms and conditions remain unchanged. Key contacts for this amendment include Technical POC Matthew Sieja and Contract POC Fred Riley, providing necessary communication channels for participants. This amendment illustrates procedural compliance in federal contracting, ensuring all parties adhere to specified timelines and requirements in the procurement process.
    The document represents a Request for Proposal (RFP) related to a contract for environmental services involving mastication at Big Branch and Bogue Chitto locations, administered by the U.S. Fish and Wildlife Service (FWS). Offerors are informed of payment terms, subcontracting requirements, and clauses incorporated by reference from the Federal Acquisition Regulation (FAR), including provisions on small business qualifications and reporting standards. Key details include specifics on performance periods from July 1, 2025, to September 30, 2026, with deadlines for submissions clarified. Significant clauses involve compliance with Environmental Protection Agency standards and service contract labor standards. Vendor qualifications are prioritized, focusing on small, economically disadvantaged, veteran-owned, and women-owned businesses. The document emphasizes the importance of compliance with electronic invoicing and payment systems through the U.S. Treasury. Overall, this RFP outlines the bid submission process, the scope of work to be delivered, evaluation criteria focused on best value, and the significance of fulfilling federal regulations throughout the contracting process, underlining the government’s commitment to including diverse and small business participation in its operations.
    Similar Opportunities
    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.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors 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.
    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.
    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.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    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.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    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.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Bitterroot Front 10 Year G-Z IRSC
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the Bitterroot Front 10-Year Integrated Resource Stewardship Contract (IRSC), aimed at enhancing forest restoration and reducing wildfire risks across approximately 13,000 acres in Montana. The contract will involve various service activities, including timber removal, road maintenance, and biomass removal, with an anticipated offering of at least 90,000 CCF of commercial timber over the contract's duration. This initiative is crucial for bolstering the region's wood utilization capacity and ensuring a consistent supply of wood products while adhering to environmental regulations and safety standards. Interested parties can contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057 for further details, and a site visit is scheduled for October 28, 2025, to discuss the project in depth.