Tree/Woody Vegetation Removal-Glacial Ridge NWR. M
ID: 140FS225Q0080Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls 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 (FWS) is soliciting proposals for a contract focused on the mechanical removal of trees and woody vegetation across 520 acres at the Glacial Ridge National Wildlife Refuge in Mentor, Minnesota. The primary objective of this project is to enhance tallgrass prairie habitat by reducing standing dead and live vegetation, thereby benefiting local wildlife. This initiative is particularly significant as it aligns with federal efforts to manage natural resources and promote environmental conservation. Interested small businesses must submit their proposals, which should include both technical and price components, by March 26, 2025, at 5:00 PM ET. For further inquiries, contractors can contact Darla Freyholtz at darla_freyholtz@fws.gov or by phone at 701-339-3829.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service has issued a Request for Proposal (RFP) for the removal of trees and woody vegetation over 520 acres at Glacial Ridge National Wildlife Refuge in Minnesota. The project aims to enhance tallgrass prairie habitat, benefiting wildlife through the controlled reduction of standing dead and live vegetation. The contract period is set from August 15 to December 31, 2025, and bids should be submitted on a per-acre basis. Contractors are required to provide their own equipment and personnel to mechanically cut or chip woody vegetation, primarily using rotary mowers and mulching machines. Specific guidelines stipulate how to manage the removed material, including creating burn piles while avoiding any active burning by the contractor. The contract emphasizes the need for minimal soil disturbance, adherence to safety and environmental regulations, and submission of operational data to the Project Manager. All contractors must demonstrate excellent safety records and comply with OSHA, EPA, and local requirements. The RFP aims to foster competitive bidding while ensuring effective habitat management, following a firm-fixed price contract format. Interested contractors are encouraged to schedule a site visit before bidding to better evaluate project requirements.
    The document outlines the wage determination under the Service Contract Act, specifically Wage Determination No. 1979-1073, which applies to contracts for forestry and land management services in Minnesota. It indicates minimum wage requirements based on Executive Orders 14026 and 13658, with specified rates of $17.75 and $13.30 per hour starting from 2025, depending on contract specifics. The document lists occupational titles and corresponding wage rates for various forestry positions, emphasizing compliance with wage stipulations and benefits such as health and welfare, paid vacation, and sick leave. Additionally, it defines the conformance process for unlisted occupations not included in the wage determination, detailing steps for contractor classification and submission. The enforcement of wage requirements is temporarily suspended for certain contracts involving seasonal recreational services in specific states. The document emphasizes the implementation of these wage and benefit standards, ensuring contractor compliance and worker protections mandated by federal regulations. This wage determination serves as a resource for federal contracts, reinforcing the importance of fair worker compensation in government contracts.
    The document outlines the requirements for bidders to demonstrate relevant past experience as part of a government Request for Proposals (RFP). It mandates that each bidder provide details from up to three previous contracts that showcase similar size and complexity to the proposed work, including tasks, contract values, and contacts from the agencies for whom the services were performed. Key information requested includes the contract type, contract number, total value, agency name, contact information, duration of work, and a description of duties performed. Additionally, bidders are encouraged to detail any training relevant to the scope of work to enhance their ability to fulfill the requirements. This form is essential for evaluating bidders and ensuring they possess the necessary experience to deliver the proposed services effectively. Submission must be made by the specified deadline to the designated email address.
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotes via RFQ No: 140FS225Q0080 for a contract focused on tree and woody vegetation removal across 520 acres at the Glacial Ridge National Wildlife Refuge in Mentor, MN. This acquisition is reserved exclusively for small businesses, encouraging competitive bids that adhere to the established NAICS code for Forestry Services (115310). Proposals must meet a structured submission format, encompassing both technical and price proposals, and must explicitly address the contractor's qualifications, experiences, methodologies, and estimated costs related to equipment, labor, and site completion. A pre-bid site visit is recommended to familiarize bidders with local conditions, though participation costs will not be reimbursed. Proposals are due by March 26, 2025, at 5:00 PM ET and will be evaluated not just on price but also on technical capabilities and past performance, prioritizing quality over cost. Successful bidders must register in the System for Award Management (SAM) and submit payment requests via the U.S. Department of the Treasury's Invoice Processing Platform (IPP) post-award. This initiative illustrates the federal government's commitment to engaging small businesses in environmental management efforts.
    The document is a Request for Quotation (RFQ) for mechanical removal of trees and woody vegetation at the Glacial Ridge National Wildlife Refuge (NWR) in Mentor, Minnesota. The project involves reducing standing dead and live vegetation over 520 acres using heavy equipment. Contractors are encouraged to conduct a pre-bid site visit to assess conditions that may affect costs. The proposal includes both technical and price components, with the government emphasizing that the evaluation will prioritize technical experience and past performance over cost during the selection process. Technical proposals should demonstrate the contractor’s capability, including equipment details and methods for documenting treated areas, while price proposals must encompass all relevant costs. Furthermore, compliance with federal regulations, including the System for Award Management and various labor standards, is mandatory. The award is intended to be made on a firm-fixed-price basis, targeting completion between August and December 2025. Contacts for solicitation and technical inquiries are provided, highlighting the structured approach to ensure comprehensive submission requirements and site oversight in the procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.