KS-MARAIS DES CYGNES NWR-FOREST RESTRTN
ID: 140FS225Q0039Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST TREE PLANTING (F005)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 10:00 PM UTC
Description

The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the supply and planting of 100,000 bare-root seedlings at the Marais des Cygnes National Wildlife Refuge in Kansas, with work scheduled for spring 2025. The project aims to restore oak-hickory forests and enhance sustainable forest management by revitalizing low-quality grasslands and improving wildlife habitats, emphasizing the use of native species such as pin oak and pecan. Interested contractors must adhere to specific planting techniques and operational guidelines, with a submission deadline of January 16, 2025, and project completion expected by May 1, 2025. For further inquiries, potential bidders can contact Renee Babineau at renee_babineau@fws.gov or call 404-679-7349.

Point(s) of Contact
Files
Title
Posted
Jan 16, 2025, 2:05 PM UTC
The Tree Planting project at Marais des Cygnes National Wildlife Refuge aims to restore oak-hickory forests and enhance sustainable forest management. Historically affected by agricultural activities and invasive species like sericea lespedeza, the project seeks to revitalize low-quality grasslands to contiguous forests and improve habitat for various wildlife. The contractor will plant 100,000 bare-root seedlings of native species, including pin oak and pecan, over approximately 226 acres, prioritizing minimal ground disturbance. Work is scheduled for spring 2025, between late February and early April, requiring specific planting techniques using specialized equipment to ensure seedling survival. The contractor must maintain documentation and operate under the oversight of Refuge staff, who will assess the quality of work. All operations must adhere to established guidelines, with the government providing project maps but no additional support. This initiative highlights the federal government's commitment to ecological restoration and wildlife conservation, aligning with RFP and grant objectives aimed at improving environmental quality in protected areas.
Jan 16, 2025, 2:05 PM UTC
This document outlines the Wage Determination No. 2015-5105 from the U.S. Department of Labor concerning contractors connected to the Service Contract Act for specific areas in Kansas and Missouri. It details minimum wage requirements, referencing Executive Orders 14026 and 13658, which mandate minimum wage rates of $17.75 per hour and $13.30 per hour, respectively, depending on contract dates. The document lists various occupations along with their corresponding hourly rates and fringe benefits like health and welfare, vacation, and holiday pay. It specifies benefits entailed under Executive Order 13706, including accrued paid sick leave for federal contractors. Additionally, it describes the conformance process for unlisted job classifications and the necessary steps for compliance to ensure fair pay and worker protections. This wage determination is significant as it governs employee compensation for federal contracts, contributing to equitable labor practices and supporting overall economic integrity in government-funded projects.
Jan 16, 2025, 2:05 PM UTC
The document details a Request for Proposals (RFP) for the supply and planting of trees at Marais des Cygnes National Wildlife Refuge (NWR). It outlines requirements for vendors to respond by providing crucial information, including the name and origin of seedling providers, pricing per acre, and hourly labor rates. The total cost for the project must also be included, emphasizing adherence to specified equipment and methodologies as noted in the Statement of Work (SOW) associated with the project, referenced by the contract number 140FS225Q0039. This RFP aims to support ecological restoration efforts at the Refuge by acquiring and planting trees in a structured and regulated manner, ensuring compliance with conservation standards and efficient use of government resources.
Jan 16, 2025, 2:05 PM UTC
This document constitutes a Request for Quotation (RFQ) for a tree planting project at the Marais des Cygnes National Wildlife Refuge in Kansas. It outlines the necessary procurement of planting 100,000 bare-root seedlings of specified tree species, including pin oak and pecan. Contractors are required to submit a narrative detailing their acquisition, transportation, storage processes, planting methods, equipment utilized, and relevant experience. The project emphasizes adherence to a specific Statement of Work (SOW) and compliance with federal acquisition regulations, including provisions for small businesses and specific contracting clauses. Significant dates include the submission deadline of January 16, 2025, with expected project completion by May 1, 2025. Emphasis is placed on contractors' ability to comply with various operational details and regulatory requirements, quoting the total price and origin of seedlings as essential components of their offer. This solicitation reflects the government’s focus on sustainable environmental management while supporting small business participation in federal contracting.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
OR-HART MTN-NTL ANTELOPE REF PINE STRG
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for the storage, seed extraction, and grow-out of ponderosa pinecones at Hart Mountain National Antelope Refuge. This procurement, designated as a 100% Small Business Set-Aside, aims to transport, store, and cultivate approximately 43,000 ponderosa pine seedlings to support reforestation efforts following significant wildfire damage. The successful contractor will adhere to best practices for processing and growing seedlings over a two-year period, with project completion expected by 2027. Quotes must be submitted by April 30, 2025, and interested parties should contact Lee Riley at leeriley@fws.gov or 404-679-4158 for further details.
Hand Cut/Pile Trees, Las Vegas NWR, Las Vegas, NM
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for a forest management project at the Las Vegas National Wildlife Refuge in New Mexico, focusing on the hand-cutting and piling of encroaching juniper and piñon trees. The project will cover approximately 30 acres, requiring the contractor to manually cut trees with a diameter of less than 12 inches and pile the debris away from sensitive areas to minimize environmental impact. This initiative is crucial for restoring natural habitats and preventing wildfire risks, aligning with federal regulations for ecological management. Interested small businesses must submit their proposals, including a technical and price proposal, by May 2, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further details.
CARE 265911 Post Construction Seeding
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for the CARE 265911 Post Construction Seeding project at Capitol Reef National Park. The contract involves comprehensive revegetation efforts across six sites totaling 11.28 acres, including hydroseeding, mulching, hand seeding, and planting nursery-grown plants, with a performance period extending until December 30, 2026. This initiative is crucial for ecological restoration following road and parking lot reconstruction, ensuring compliance with National Park Service regulations and maintaining site safety for visitors and workers. Interested parties must submit their quotes by May 14, 2025, and can direct inquiries to Zaira Lupidi at zairalupidi@nps.gov.
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.
FY25 PNW FIA Southeast Alaska On Grid Plots
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking contractors for the "FY25 PNW FIA Southeast Alaska On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in Southeast Alaska. The project aims to enhance ecological assessments by providing accurate data on forest conditions, which is crucial for effective environmental monitoring and management in the region. Contractors will be responsible for all labor, equipment, and transportation, with some government-provided tools, and must adhere to strict quality assurance protocols outlined in the associated documents. Proposals are due by April 25, 2025, and inquiries can be directed to Anthony O Salas at anthony.salas@usda.gov.
FY25 PNW FIA Kenai On Grid Plots
Buyer not available
The Department of Agriculture, specifically the Forest Service under the Rocky Mountain Research Station, is seeking proposals for the "FY25 PNW FIA Kenai On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in the Kenai area of Alaska. The contractor will be responsible for providing all necessary labor, equipment, and logistics, while ensuring digital delivery of data in accordance with established protocols. This project is crucial for systematic forest inventory efforts, contributing to environmental monitoring and resource management in Alaska's coastal regions. The total budget ceiling for this contract is $11.5 million, with proposals due by May 5, 2025, and the performance period running from June 1, 2025, to September 30, 2025. Interested parties can contact Anthony O Salas at anthony.salas@usda.gov for further information.
USFS Region 5 Reforestation Services IDIQ
Buyer not available
The U.S. Department of Agriculture, Forest Service, Region 5 is seeking expressions of interest from qualified vendors for a multi-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on reforestation services aimed at improving forest health across various national forests in California. The contract will cover three distinct service areas—Northern, Central, and Southern California—requiring contractors to provide all necessary resources, including labor and equipment, while adhering to strict safety protocols and environmental preservation practices. This initiative is critical for enhancing the resilience of forest ecosystems and ensuring compliance with regulations regarding endangered species and historical resources. Interested vendors should submit their capabilities and service locations to Kelly Ollivant at kelly.ollivant@usda.gov by November 27, 2024, as this notice serves as market research and does not constitute a formal solicitation.
OK DEEP FORK NWR CULVERT BOX
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the construction of a box culvert at the Deep Fork National Wildlife Refuge in Okmulgee County, Oklahoma. The project involves the installation of concrete structures, including box culverts and approach drives, while ensuring compliance with environmental regulations and federal standards. This initiative is crucial for enhancing infrastructure at national wildlife refuges while promoting habitat protection and sustainability. Interested small businesses must submit sealed offers by the specified deadlines, with the anticipated contract value ranging from $100,000 to $250,000, and work expected to commence by June 10, 2025, and conclude by October 10, 2025. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
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.
OR-BASKETT SLOUGH NWR-CACKLER BRIDGE
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the design and construction of the Cackler Marsh Bridge at Baskett Slough National Wildlife Refuge in Dallas, Oregon. Contractors are required to submit sealed bids for a firm fixed-price construction contract, which includes providing all necessary labor, materials, and supervision to fulfill the project's specifications and drawings. This infrastructure project is significant for enhancing access and conservation efforts within the refuge, with a contract value estimated between $500,000 and $1 million, and work expected to commence on June 12, 2025, and conclude by December 31, 2026. Interested contractors should direct inquiries to Jessica Tines at jessicatines@fws.gov and ensure compliance with all outlined requirements, including securing performance and payment bonds.