F--AL-DEEP HORIZON NRDA-FENCING AND PLANTIN
ID: 140FNR24R0005Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, NRDARFalls Church, VA, 22041, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)
Timeline
    Description

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking contractors for the "Deep Horizon NRDA - Fencing and Planting" project, aimed at restoring coastal dune ecosystems along Perdido Key, Florida. The procurement involves a Firm Fixed Price contract for services related to the installation of native plants and fencing to protect newly planted areas, with a performance period from October 1, 2024, to April 15, 2025. This initiative is crucial for enhancing habitat quality and resilience in areas impacted by storms and human activity, supporting wildlife habitats, including those of endangered species. Interested contractors must submit proposals by September 12, 2024, and direct any inquiries to Lamont Sawyers at lamont_sawyers@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Perdido Key State Park Dune Restoration & Enhancement project seeks to rehabilitate degraded coastal dune ecosystems in Florida's Panhandle, heavily impacted by tropical storms and human activity. The initiative, a collaboration involving the Florida Fish & Wildlife Conservation Commission, U.S. Fish & Wildlife Service, and the University of Florida, aims to restore biodiversity, improve habitat connectivity, and bolster the resilience of the coastal dunes. Key goals include restoring historical landscape diversity, enhancing native vegetation, and mitigating impacts from surrounding development and visitor traffic. Specific restoration activities focus on planting native species in designated plots, establishing temporary symbolic fencing to protect new plantings, and monitoring ecological changes. The project addresses vital habitats for state and federally listed species, ensuring minimal interference with significant wildlife activities and enhancing overall ecosystem stability. The document outlines specific planting patterns, locations, and fencing measures for various access points within the park, reflecting a strategic approach to restore and protect these vital coastal habitats while accommodating public use. Overall, this restoration plan aims to enhance ecological functions and safeguard infrastructure against future storm impacts.
    The Gulf Islands National Seashore - Johnson Beach Dune Restoration & Enhancement project aims to restore the coastal dune ecosystem along Perdido Key, Florida, which has been significantly impacted by tropical storms and human disturbance. The project is a collaborative effort involving the Florida Fish & Wildlife Conservation Commission, U.S. Fish & Wildlife Service, and the University of Florida, focusing on enhancing habitat quality and resilience. Key objectives include restoring historical dune features, improving connectivity between degraded areas, and increasing native vegetation diversity to support wildlife habitats, including that of the endangered Perdido Key Beach mouse. The restoration activities will be concentrated along Johnson Beach, known for its high recreational use, which has led to environmental degradation due to visitor foot traffic. Measures will include planting native species to combat erosion and installing symbolic fencing to guide human traffic and protect newly planted areas. The assessment of restoration success will involve monitoring biodiversity changes and vegetation recovery over time. The initiative reflects a broader commitment to protecting coastal ecosystems while accommodating public access and recreational use.
    The Escambia County – Perdido Key Access Points Dune Restoration & Enhancement project aims to restore and enhance the coastal dune ecosystem along Perdido Key in the Florida Panhandle, which has been impacted by tropical storms and human activity. This multi-year initiative is a collaboration among the Florida Fish & Wildlife Conservation Commission, U.S. Fish & Wildlife Service, and the University of Florida, focusing on improving habitat quality, connectivity, and resilience of the dune systems. The project addresses specific needs at three designated beach access points heavily affected by erosion due to increased visitor traffic and storm damage. Objectives include restoring vegetation diversity, enhancing resilience against storms, and improving wildlife habitat. Restoration activities will involve the planting of various native plant species to stabilize dunes and promote natural recovery. The project also anticipates the installation of fencing to guide access and protect restoration areas. Overall, this initiative represents a significant effort to restore Florida's coastal landscapes, enhance environmental education, and mitigate the impacts of ongoing development and natural disturbances, thereby reinforcing the integrity of the coastal ecosystem in Perdido Key.
    This document outlines the size distribution and species composition of access points in Escambia County and Perdido Key State Park, along with Johnsons Beach. The analysis includes detailed data regarding square footage, number of plant plugs, and the types of vegetation present in each plot, categorized by specific species such as Beach Elder, Bitter Panicum, Sea Oats, and Gulf Bluestem. For Escambia County, a total of eight plots have a combined area of approximately 10,334.9 square feet, supporting 6,349 plugs. Perdido Key State Park encompasses five plots totaling about 108,151.2 square feet with 57,437 plugs, while Johnsons Beach includes eight plots totaling 53,166.1 square feet with 28,887 plugs. Additional calculations on straw/wrack coverage for each area, as well as the length of symbolic fencing, are also presented. This information is vital for potential environmental restoration or enhancement projects, guiding funding proposals or resource allocation in alignment with federal and state/local grant initiatives. The document serves as a comprehensive resource for stakeholders involved in maintaining and restoring these natural habitats.
    The document is a Past Performance Questionnaire utilized in the evaluation of contractors seeking federal or state contracts. It collects detailed information regarding a company's general information, previous contracts, and performance experiences. Key sections include the company’s foundational data, the nature of past and ongoing contracts or subcontracts, and descriptions of work performed, subcontracts issued, and the project scope. Each contract entry requires details such as contracting agency, contract amount, performance duration, and quality or safety issues encountered. The questionnaire emphasizes the importance of past performance in assessing a contractor's capability to fulfill federal requests for proposals (RFPs) and grants. Ultimately, the goal of this document is to provide government agencies with a systematic means to evaluate a bidder's reliability and effectiveness based on previous work experiences, thus ensuring informed decision-making in awarding contracts.
    This document outlines a Request for Proposal (RFP) for a government services contract, emphasizing the acquisition of commercial items under federal regulations. Interested contractors must submit questions regarding the solicitation in writing by August 30, 2024, and proposals are due by September 12, 2024. Submissions must meet specific formatting requirements, with distinct limitations on technical capability, past performance, and price proposal volumes. The evaluation will focus on the best value to the government, weighing non-price factors more heavily than price. Key aspects include a performance period of one year, specific project tasks scheduled between January and February 2025, and continuous communication with the Contracting Officer's Representative (COR). The selection process may involve initial offer evaluations without discussions, and the government reserves rights to reject submissions that do not meet standards or pricing expectations. Contract clauses cover aspects like inspections, assignment of claims, and compliance requirements under applicable laws. Emphasis is placed on ensuring contractor responsibility and adherence to federal standards, demonstrating the structured approach of the government in awarding contracts while ensuring efficacy and public interest.
    The U.S. Fish and Wildlife Service is soliciting a non-personnel services contract for the "Restoring Dune Habitats in the Florida Panhandle" project. This project aims to restore degraded dune ecosystems at Perdido Key State Park, Gulf Islands National Seashore, and Escambia County through enhancing vegetation diversity and wildlife habitats. The contractor will be responsible for various tasks, including developing a work plan, planting native species like Bitter Panicum, Sea Oats, and Beach Elder, and implementing erosion control measures using wheat straw or wrack. The restoration efforts will target specific sites, addressing rapid development impacts and habitat degradation that threaten species such as the Perdido Key beach mouse and nesting shorebirds. Key performance objectives include ensuring a high survival rate for planted species and proper installation of symbolic fencing and signage. The contract will span one base year, with a structured process for inspections, payment, and adherence to quality control specifications. The endeavor underscores the government's commitment to conservation and habitat restoration in critical coastal ecosystems.
    The document outlines Amendment 0001 to solicitation number 140FNR24R0005, modifying a federal request for proposal (RFP). The primary purpose of the amendment is to incorporate a revised Notice to Offerors, which supersedes the previous version. Key changes include correcting the RFP form from SF-1449 to SF-18 and shifting the reference from Solicitation to a Combined Synopsis/Solicitation. The specified period of performance for the contract is from October 1, 2024, to April 15, 2025. Contractors must acknowledge receipt of this amendment by various methods, ensuring their responses are submitted before the specified deadline to avoid rejection. The document also indicates that any modifications to an already submitted offer can be communicated via letter or electronic means but must refer to both the solicitation and the amendment. This amendment exemplifies typical processes involved in federal procurement, ensuring transparency and compliance in the amendment of solicitations and contracts.
    The government document outlines a Request for Quotation (RFQ) for a Firm Fixed Price contract focused on services related to fencing and planting at Perdido Key Sites, managed by the U.S. Fish and Wildlife Service (USFWS). The RFQ, numbered 140FNR24R0005, requests quotes by September 12, 2024, with a performance period from October 1, 2024, to April 15, 2025. Key tasks include the installation of various plants, fencing, and signage, with specific work restrictions to protect imperiled shorebird nesting activities. Interested contractors must submit proposals adhering to detailed requirements, including submitting questions by August 30, 2024. The award process emphasizes the best value approach, considering technical capability and past performance alongside pricing. Specific instructions on proposal format, submission timelines, and compliance with federal regulations are included. The Contracting Officer's Representative will oversee project execution while the contractor must ensure compliance with all contract clauses and requirements. This RFQ exemplifies government procurement protocols aimed at enhancing environmental restoration efforts through carefully managed service contracts.
    The document outlines details concerning federal and state/local Requests for Proposals (RFPs) and grants aimed at enhancing government operations. It emphasizes the importance of compliance with federal regulations and local standards across various projects. Key themes include the need for detailed assessments, strategic planning, and rigorous adherence to safety measures during project execution. Each project is illustrated with an emphasis on risk management, system integration, and potential environmental impact assessments, particularly in construction and infrastructure initiatives. The overarching goal of these RFPs and grants is to secure proper funding and resources while ensuring that projects align with health and safety regulations. This structured approach targets both immediate operational needs and long-term sustainability efforts in government-funded projects, underscoring a commitment to transparency, effectiveness, and regulatory compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    56--HI - FENCING MATERIALS_Amend 3
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking bids for fencing materials as part of hurricane recovery efforts at the James Campbell National Wildlife Refuge in Kahuku, Hawaii. The procurement includes a detailed Bill of Materials that specifies woven wire fencing, fence posts, clips, and galvanized pipes, with a performance period set from September 19, 2024, to November 12, 2024. This initiative underscores the government's commitment to wildlife preservation and recovery efforts following natural disasters, while also promoting opportunities for small businesses through a Total Small Business Set-Aside. Interested contractors must direct any inquiries to Tina Baker at tinabaker@fws.gov and ensure compliance with acknowledgment procedures to avoid rejection of offers, with the bid submission deadline extended to September 17, 2024.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    Z--GAOA - Show Pool Shelters Replacement and Site Res
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the Show Pool Shelter and site restoration at the Seney National Wildlife Refuge in Michigan. This project, designated under Solicitation Number 140FGA24Q0024, requires small businesses to provide comprehensive proposals that include costs for materials, labor, and supervision, with a focus on environmentally responsible practices and compliance with federal regulations. The successful contractor will undertake the demolition of the existing shelter, construction of a new facility, and restoration of the surrounding area, with a performance period extending from October 3, 2024, to April 1, 2025. Proposals are due by September 19, 2024, and interested parties should direct inquiries to Samantha Lague at samanthalague@fws.gov or call 413-253-8349.
    N--OK-TISHOMINGO NFH-POND LINERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project involves the removal of existing liners from Ponds 4 and 14, reshaping the pond bottoms, and installing new underdrain systems along with geotextile fabric and geomembrane pond lining, all aimed at enhancing ecological conditions at the hatchery. This procurement is critical for maintaining the operational integrity of the hatchery and supporting wildlife management efforts, with an estimated project cost between $250,000 and $500,000 and a performance timeline of 90 calendar days. Interested contractors must submit sealed bids electronically by 5:00 PM local time on September 25, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further information.
    Z--NJ EDWIN B FORSYTHE NWR SIGN INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the installation of signs at Little Beach Island, New Jersey, as part of the Edwin B. Forsythe National Wildlife Refuge project. The procurement involves the installation of eight 4’ by 8’ aluminum signs and five 2’ by 4’ aluminum signs, with the contractor responsible for providing necessary signposts, concrete, hardware, and equipment for installation. This project is crucial for protecting critical nesting habitats for endangered species by deterring public recreation on the island. Interested small businesses must submit their quotes by September 10, 2024, with work expected to commence between September 30, 2024, and November 30, 2024. For further inquiries, contact Lee Ann Riley at leeriley@fws.gov or call 404-679-4158.
    F--Invasive and Woody Vegetation Herbicide Treatment
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a federal contract focused on invasive and woody vegetation herbicide treatment at two wildlife refuges in Michigan. The project involves aerial herbicide treatment across 1,800 acres at Shiawassee National Wildlife Refuge and 18 acres at Detroit River International Wildlife Refuge, utilizing aquatic-approved glyphosate and crop oil to manage vegetation and support habitat restoration efforts. This contract, identified as Request for Proposal (RFP) Number 140F0S24R0022, is set aside for small businesses, with a performance period from September 23, 2024, to September 22, 2025. Interested bidders must submit their quotations by September 17, 2024, at 1:00 PM Central Time, and can contact Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217 for further information.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    Construction Services - Fish River and Weeks Bay Marsh Restoration
    Active
    Commerce, Department Of
    Presolicitation Notice: Construction Services - Fish River and Weeks Bay Marsh Restoration The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is planning to solicit and award a contract for the construction of the Fish River and Weeks Bay Marsh Restoration project. This project is located in Baldwin County, Alabama on Fish River at the Weeks Bay National Estuarine Research Reserve property north of US Highway 98. The Fish River and Weeks Bay Marsh Restoration project is an environmental restoration project that aims to degrade borrow areas and place material within previously dredged canals. The material used for filling the canals will be obtained from within the project construction site. The project consists of three main components: Base Bid-Fill Areas 1&2: This includes on-site excavation and placement of approximately 16,947 cubic yards of clayey-sand fill within two of the previously dredged canals. Other work includes mobilization/demobilization, surveying, clearing and grubbing, debris removal and disposal off-site, erosion and turbidity control measures, and special construction signage. Bid Alternative Number 1-Fill Area 3: This involves on-site excavation and placement of approximately 1,003 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes mobilization/demobilization, surveying, clearing and grubbing, canal fill, and erosion and turbidity control measures. Bid Alternative Number 2-Fill Area 2 Expansion Area: This includes on-site excavation and placement of approximately 1,580 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes surveying, canal fill, and erosion and turbidity control measures. The estimated period of performance for the completion of the project is 140 calendar days for the Base Bid-Fill Areas 1&2, with an additional 30 calendar days for Bid Alternative Number 1-Fill Area 3 if exercised, and an additional 10 calendar days for Bid Alternative Number 2-Fill Area 2 Expansion Area if exercised. To be eligible for award, the resultant solicitation will require the Offeror to provide documentation proving residency, headquarters, or principal engagement as a business in the State of Alabama or a Gulf Coast state. The Offeror must also certify that at least twenty percent (20%) of the total labor costs under the contract will be performed by its own employees. Additionally, a list of proposed equipment to be used on the project must be provided, and the awardee will be required to perform with the same or technically equivalent equipment post-award. The anticipated solicitation issuance date is on or about April 5, 2024, with the estimated proposal due date on or about May 6, 2024. The official solicitation number 1305M324B0001 will be issued under SAM.gov. For more information, please contact Grace Parker at grace.parker@noaa.gov or Nick Brown at nicholas.g.brown@noaa.gov.
    CA-SD NWR COMPLX-BIRD DOTS INSTALLATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting quotes for the installation of Feather Friendly Symmetry film dots on approximately 2,092 square feet of exterior angled windows at the San Diego National Wildlife Refuge Complex. The primary objective of this project is to reduce bird strikes on windows, thereby supporting wildlife conservation efforts. Contractors will be responsible for providing all necessary equipment and personnel, while the government will supply the film; compliance with federal regulations and safety practices is mandatory throughout the project. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes by September 16, 2024, with the project scheduled to commence on December 1, 2024, and conclude by March 1, 2025. For further inquiries, contractors can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.