The U.S. Fish and Wildlife Service at St. Marks National Wildlife Refuge is seeking a Forestry Herbicide Sprayer. The required equipment includes a tracked or wheeled skidder not exceeding 11 feet (132 inches) in width, featuring a Tier 4 engine, variable transmission, enclosed cab, fire-retardant insulated wiring, 200-220 HP, and weighing under 50,000 lbs. The sprayer component must have a minimum 500-gallon capacity, a boomless nozzle setup with fittings for left, right, and center rear positions at tank height, and in-cab electronic controls. A hydraulic integrated sprayer pump with a minimum flow rate of 50 psi/7 gpm and a 1.5-inch valved discharge on the pressure side is preferred. The delivery is required by September 30, 2026, to the St. Marks National Wildlife Refuge. Josh Havird (386-344-1403, joshua_havird@fws.gov) is the point of contact.
This government file details a quote schedule for a Forestry Herbicide Sprayer for the St. Marks National Wildlife Refuge in Florida. The contract is scheduled to be awarded on September 30, 2026. The description indicates a single unit of a Forestry Herbicide Sprayer, with the unit price inclusive of all supplies, materials, and delivery to Horicon NWR. This document is likely part of a federal government Request for Proposal (RFP) or a similar procurement process, outlining the specific requirements and timelines for acquiring essential equipment for wildlife refuge management.
The "Past Experience Questionnaire – 140F0922Q0105" is a critical solicitation document requiring businesses to submit comprehensive information about their experience and qualifications to be considered compliant. It mandates details such as company name, SAM UEI, address, and points of contact. The questionnaire covers years of business experience in general services and as a prime or subcontractor, including federal government contracts. It also asks if the business has ever failed to complete awarded work, requiring explanations for any affirmative responses. Key personnel information, including the number of employees, payroll status, and anticipated project staff, is also requested. Furthermore, it requires detailed employee experience for those performing the work. A significant portion of the document focuses on past performance, requesting three references for contracts completed within the last three years that are similar in size and complexity to the solicited work. These references must include contract agency, value, contact information, dates, and a detailed scope of the project. Finally, the questionnaire includes a certification section where an official attests to the completeness and correctness of the provided information, authorizing the government to verify business and employee capabilities.
Amendment 0001 to Solicitation 140FS326R0001 addresses critical administrative updates for the "FL N Florida Refuge Complex-ZONE SKIDDER W/ SPRAYER" project. The primary purpose of this amendment is to correct the Point of Contact (POC) information within the solicitation. Offerors are reminded to acknowledge receipt of this amendment by one of the specified methods to ensure their offers are not rejected. The new technical POC is Joshua Havird (386) 344-1403, Josua_Havird@fws.gov, with Rocky Chesser (912 276 3232) as an alternate POC. Fred Riley (fred_riley@fws.gov) is listed as the contract POC. The amendment maintains that all other terms and conditions of the original solicitation remain unchanged and in full force and effect.
This document outlines a Request for Proposal (RFP) for a skidder with a sprayer for the North Florida Refuge Complex, issued by FWS SAT Team 3. The solicitation (Number 140FS326R0001) is a total small business set-aside with a NAICS code of 333111 and a 1,250 employee size standard. Key dates include an offer due date of December 22, 2025, and a delivery date of September 30, 2026. Payment will be made electronically via the Invoice Processing Platform (IPP). The evaluation criteria are based on a Lowest Priced Technically Acceptable (LPTA) approach, considering technical/management approach, past performance, and key personnel. The document also incorporates various FAR and DOIAR clauses, including those related to biobased products, limitations on subcontracting, and green acquisition initiatives, highlighting compliance and environmental considerations.