38--Skidder w/ sprayer, North Florida Refuge Complex
ID: 140FS326R0001Type: Solicitation
Overview

Buyer

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

NAICS

Farm Machinery and Equipment Manufacturing (333111)

PSC

EARTH MOVING AND EXCAVATING EQUIPMENT (3805)

Set Aside

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

    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 fred_riley@fws.gov or Joshua Havird at joshua_havird@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Skidder w/ sprayer, North Florida Refuge Complex
    Buyer not available
    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.
    MN VALLEY DEBRIS BLOWER
    Buyer not available
    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.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    F--Invasive Species Treatment at Coldwater River NWR
    Buyer not available
    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.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Buyer not available
    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.
    LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement of limestone and rip rap rocks for the Welaka National Fish Hatchery in Florida. The contract requires the delivery of approximately 260 tons of rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of lime rock road base, which will be used for the construction of a nature trail at the hatchery. This opportunity is set aside for small businesses, with a firm-fixed-price structure, and quotes must be submitted via email by December 15, 2025, at 1700 EST. Interested contractors can reach out to Chantal Bashizi at chantalbashizi@fws.gov or by phone at 703-358-1854 for further details.
    23--CHARLES M RUSSELL NWR - Bumper Pull Dump Trailer
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for a Bumper Pull Dump Trailer for the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana. The procurement requires a trailer that meets specific technical specifications, including dimensions, axle capacity, and various components such as electric brakes and LED lights, with delivery to be made to the refuge facility. This equipment is essential for the refuge's operational needs, supporting wildlife management and habitat maintenance efforts. Proposals are due by December 11, 2025, at 10 AM Eastern Time, and must be submitted via email to Dana Arnold at danaarnold@fws.gov, with the contract period of performance set from December 18, 2025, to June 5, 2026.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    Supply and Delivery of Fencing Material Ellicott
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.