VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
ID: 140FS326Q0004Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls 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 is seeking qualified small businesses to provide Hazard Fuel Reduction and Pocosin Management services at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves the chipping and mastication of bundled trees across 126 acres, aimed at enhancing habitat and promoting forest health in accordance with the refuge's management plan. This initiative is critical for maintaining ecological balance and protecting sensitive species within the area, including the red-cockaded woodpecker. Interested vendors must submit their proposals, including a filled-out SF18, price schedule, and past experience references, by December 5, 2025, with inquiries directed to Merenica Banks at merenica_banks@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work outlines a project for Pocosin Habitat Enhancement at Great Dismal Swamp National Wildlife Refuge (NWR). The primary objective is to chip/masticate 126 acres of previously cut and bundled trees in the C3 block using low-ground pressure equipment. This aims to create a healthy, open pine stand with minimal soil disturbance, contributing to the refuge's 2022 Habitat Management Plan. The project area features peat soils and endangered species, necessitating specialized requirements such as equipment-free buffer zones around large-diameter pines and strict operational guidelines to prevent damage to residual trees and sensitive habitats, including those of the red-cockaded woodpecker. Contractors are required to have experience in similar habitat manipulation, provide a list of approved equipment, and adhere to environmental protection measures, including fire control protocols and minimizing soil compaction and rutting. The period of performance is between August 18, 2025, and December 18, 2025, with work needing to be completed before wet conditions typically occur in mid-November.
    The document, titled "RFQ / Solicitation #140FS326Q0004 Attachment 2 PAST EXPERIENCE & REFERENCES," is a form for quoters/bidders to submit their past experience and references for consideration in a government solicitation. It requires detailed information on up to four past contracts or work experiences similar in size and complexity to the Scope of Work, as well as relevant training. For each experience, applicants must provide the contract/work type, contract number (if applicable), total contract value, agency/firm, contact person, telephone number, email address, and the start and end dates of the work. A brief description of duties performed is also required for each entry. This form is crucial for assessing past performance and experience and must be submitted via email by the specified due date.
    This document is a price schedule (Attachment 3) for mulching services at the Great Dismal Swamp National Wildlife Refuge, identified by Solicitation Number 140FS326Q0004. The schedule requires vendors to quote unit and total prices for mulching 126 acres. It also includes fields for the vendor's company name, contact person, signature, email, SAM.GOV UEI number, and estimated delivery/completion date. This attachment is a critical component of a federal government Request for Proposal (RFP), designed to gather pricing and vendor information for a specific service requirement.
    The provided government file appears to be an extensive table of contents or index for a larger document, possibly related to federal government RFPs, federal grants, or state and local RFPs. The file is largely composed of alphanumeric codes and titles, indicating various sections or appendices. Key sections include references to 'general conditions', 'supplementary general conditions', 'wage determination', 'insurance requirements', 'payment bond', 'performance bond', 'federal labor standards provisions', and several types of certifications and forms such as 'certification of eligibility', 'certification of non-segregated facilities', 'certification of independent price determination', and 'buy American certificate'. The document also lists sections for 'project forms', 'contract forms', and 'federal forms'. These elements suggest the file outlines the administrative, legal, and financial requirements for government contracts or grant applications, providing a structured overview of the necessary documentation and compliance standards.
    This Request for Quotation (RFQ) 140FS326Q0004, issued by the U.S. Fish and Wildlife Service, is for Hazard Fuel Reduction and Pocosin Management at the FWS GREAT DISMAL SWAMP NWR in Suffolk, VA. The project involves forest management, mastication, and chipping of bundled trees across 126 acres, with a detailed statement of work attached. It is designated as a Small Business Set-Aside. Key dates include a question due date of November 28, 2025, and a bid due date of December 5, 2025, both at 3 pm EST. Required submission documents include a filled-out SF18, SF30 (if applicable), Price Schedule with SAMS UEI Number, Equipment and Personnel List, and Reference List. Proposals will be evaluated based on Technical Experience, Past Experience, and Price, with technical and past performance being more important than price. All inquiries and quotes must be submitted in writing to the Contracting Officer, Merenica Banks, via email at merenica_banks@fws.gov. The contract includes various FAR clauses related to commercial products and services, emphasizing compliance with federal regulations, ethical conduct, and prompt payment requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F--Invasive Species Control, Missisquo NWR, VT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for invasive species control at the Missisquoi National Wildlife Refuge in Swanton, Vermont. The project aims to eradicate invasive plant species across approximately 41 acres of grasslands, with a performance period scheduled from July 1 to July 20, 2026. This initiative is crucial for improving habitat for nesting birds and ensuring environmental sustainability. Interested small businesses must submit their quotes by December 8, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    F--Invasive Species Treatment at Coldwater River NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the Invasive Species Treatment at Coldwater River National Wildlife Refuge in Grenada, Mississippi. The project involves the removal of invasive Chinese tallow trees across a 56-acre area, with a goal of achieving a 95% control rate within four to six months post-treatment, utilizing approved herbicides and adhering to environmental protection guidelines. This small business set-aside contract, with an estimated performance period from January 5, 2026, to September 30, 2026, emphasizes technical and past performance in its evaluation criteria, with quotes due by December 22, 2025. Interested parties should contact Contract Specialist Fred Riley at fredriley@fws.gov for further details and ensure they acknowledge the solicitation amendment by the specified deadline.
    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.
    Region 3 Fuels Management Follow-on IDIQ
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, Region 3, is seeking proposals for the Region 3 Fuels Management Follow-on Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at providing fuels treatment, wildfire hazard reduction, and related services across various national forests and grasslands in Arizona and New Mexico. The contract encompasses a range of activities including vegetation manipulation, burn unit preparation, and stand improvement, with a base period of one year and four optional one-year extensions. This initiative is critical for enhancing forest health and reducing wildfire risks, thereby supporting environmental conservation efforts. Interested small businesses must submit their proposals by December 5, 2025, and direct any inquiries to Contract Specialist Ma Estrellita Dasmarinas at SM.R3.FPO.FUELSMGTIDIQ@USDA.GOV by November 10, 2025.
    JHK Erosion Control
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Southwestern Region Tree Planting IDIQ
    Buyer not available
    The Department of Agriculture, Forest Service is seeking proposals for the Southwestern Region Tree Planting Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at providing reforestation services across eleven National Forests in Arizona and New Mexico. This procurement, set aside 100% for small businesses, includes tasks such as tree transport, care, handling, planting, and animal damage control, with a focus on restoring lands affected by fire, insects, diseases, or timber harvests. The contract is significant for enhancing forest health and sustainability, with multiple firm-fixed-price awards anticipated over a five-year period, starting from January 5, 2026. Interested contractors must submit proposals electronically by December 5, 2025, and can direct inquiries to Shavera Leveille at shavera.leveille@usda.gov or David Watson at david.l.watson@usda.gov.
    Wallowa Whitman National Forest, La Grande Ranger District 2026 Fuels Reduction Fall Viewing
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking small business contractors for the Wallowa Whitman National Forest's 2026 Fuels Reduction Fall Viewing project in La Grande, Oregon. This opportunity involves a site visit for interested vendors to assess the project areas prior to the issuance of a full solicitation, aimed at enhancing forest health and resilience to improve wildfire suppression efforts across multiple project areas, including Sheep, Sandbox, Cove, Mt. Emily, and others. The project encompasses various thinning and piling treatments across 1,875 acres of lop and scatter thinning, 2,125 acres of thin and hand piling, and additional methods to create defensible space for local communities and reduce wildfire risks. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov or Terry George at terry.george@usda.gov for further information.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Buyer not available
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    Forest Improvement Herbicide- Fort Drum
    Buyer not available
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.