87--Dune Plants (FL)
ID: 140FNR25Q0002Type: 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

SEEDS AND NURSERY STOCK (8730)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to supply and deliver native coastal dune plants as part of its National Resource Damage Assessment and Restoration (NRDAR) program. The procurement involves three batches of native plants, including Sea Oats and Gulf Bluestem, with specified delivery dates in Winter 2025, Summer 2025, and Winter 2026, aimed at supporting ecological restoration efforts in Florida. This initiative underscores the government's commitment to environmental recovery, particularly in response to the Deepwater Horizon incident, and emphasizes the importance of utilizing qualified vendors for this essential work. Interested parties must submit proposals by December 26, 2024, and direct inquiries to Lamont Sawyers at lamont_sawyers@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a combined synopsis/solicitation for commercial items from the U.S. Fish and Wildlife Service, issued as a Request for Quote (RFQ) for a Firm Fixed Price services contract. Interested contractors are encouraged to submit questions by December 20, 2024, and proposals by December 26, 2024. The evaluation will be based on the best value to the Government, focusing on both price and technical capabilities, without extensive discussions. The contract has a term of one Base Year for plant delivery, including specifications for various plant species and delivery schedules across three batches in 2025 and 2026. Contractors are required to adhere to numerous federal regulations and ensure compliance with safety and quality control standards. Proposals must include sections on technical capability, past performance, and pricing, with a strict page limit for each volume. The document emphasizes the Government's right to reject unreasonably priced proposals and details the procedures for contract modification, disputes, and payment processes. This RFQ serves as a transparent invitation for suitable vendors to provide essential services to support conservation efforts aligned with federal standards.
    This document represents a combined synopsis/solicitation for a Request for Quote (RFQ) issued by the Government for services related to supplying and delivering native plants for restoration projects. A Firm Fixed Price contract is anticipated under Simplified Acquisition Procedures. Interested contractors must submit any questions in writing by December 20, 2024, and proposals must be received by December 26, 2024. The selection will be based on the best value for the Government, prioritizing low price and technical acceptability. The contract involves three batches of native plants with specified delivery dates for Winter 2025, Summer 2025, and Winter 2026. Offerors must submit proposals in three volumes covering technical capability, past performance, and pricing, with specific page limits for each volume. The document outlines the responsibilities of the contractors, including submitting completed certifications, and emphasizes compliance with various Federal Acquisition Regulations. Additionally, terms for contract modifications, payment processes via the IPP system, and the contractor's obligation to maintain safety and quality standards are outlined. The Government retains the right to terminate the contract for convenience or cause, ensuring the contractor's adherence to all requisite regulations and laws. This solicitation reflects the Government's commitment to environmental restoration and proper procurement processes.
    The U.S. Fish & Wildlife Service (USFWS) has issued a Request for Proposal (RFP) for the procurement of native coastal dune plants over three delivery batches. The first batch is scheduled for Winter 2025, requiring 8,838 Sea Oats and smaller quantities of other species, with a delivery window between January 10-20, 2025. The second batch, split into three deliveries from Summer 2025, will include significantly larger quantities, particularly 60,868 Sea Oats and 76,665 Gulf Bluestem. The third batch set for Winter 2026 will involve various species with specific quantities. The document outlines the contractor's responsibility to adhere to detailed technical specifications regarding plant size, container types, and growth standards. Inspections will be conducted before acceptance to ensure compliance with specifications. Key government personnel associated with the contract are listed for coordination purposes. Delivery locations are primarily in several Florida counties, emphasizing environmental restoration goals. The document reflects the government's systematic approach to securing local native flora for ecological stability in coastal dune ecosystems, showcasing eco-restoration as a priority in federal grants and RFPs.
    This document pertains to the amendment of a solicitation (ID: 140FNR25Q0002) issued by the U.S. Fish and Wildlife Service (FWS), specifically concerning the National Resource Damage Assessment and Restoration (NRDAR) program. The amendment outlines the requirements for contractors to acknowledge receipt of the changes made, which includes adjusting the quantity specified in the initial solicitation. Offers must be acknowledged prior to the specified deadline to avoid rejection. The period of performance for the associated contract is set from December 27, 2024, to January 30, 2026. Additionally, the document specifies administrative modifications, such as changes in appropriation data. The contract modification reaffirms that terms and conditions remain unchanged unless expressly modified by the amendment. Overall, the amendment facilitates clear communication and adherence to procedural guidelines essential in federal contract management and compliance.
    The document outlines a federal Request for Proposal (RFP) for a project managed by the U.S. Fish and Wildlife Service (FWS) as part of the Natural Resource Damage Assessment and Restoration (NRDAR) program. The proposal includes delivery and performance specifications for various plant species aimed at ecosystem restoration, with a performance period from January 1, 2025, to February 28, 2026. Items listed for procurement include Sea Oats, Bitter Panicum, Beach Elder, and several others, each with designated quantities and FOB (Free on Board) destination delivery specifications. The document specifies that the acquisition process is unrestricted, encouraging participation from small businesses, particularly service-disabled veteran-owned and women-owned small businesses. Key details regarding payment processing, proposal submission guidelines, and contact information for inquiries are also provided, emphasizing compliance with the Federal Acquisition Regulation. This RFP seeks to involve contractors in the restoration effort relevant to the Deepwater Horizon incident, underscoring the government's commitment to ecological recovery and the importance of utilizing qualified vendors for this essential work.
    Lifecycle
    Title
    Type
    Dune Plants
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--AL-DEEP HORIZON NRDA ARO-INVASIVE SPECIE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for invasive species treatment at the Bon Secour National Wildlife Refuge in Alabama, specifically targeting cogon grass, torpedo grass, and rattlebox on a newly acquired 73.43-acre tract. The contractor will be responsible for achieving a 95% control rate over approximately 12 acres by applying approved herbicides, with treatments scheduled to commence around April 1, 2025, and concluding by May 31, 2026. This initiative is part of the broader Deepwater Horizon Gulf restoration efforts, emphasizing the importance of managing invasive species to protect native ecosystems. Interested contractors must submit proposals by March 17, 2025, and can direct inquiries to Lamont Sawyers at lamontsawyers@fws.gov.
    BLM FY25-1 Spring Consolidated Seed Buy.
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting bids for the FY25-1 Spring Consolidated Seed Buy, aimed at acquiring various seed types for ecological restoration and land management efforts. Contractors are required to deliver seeds to specified locations, including Boise, Ely, or Shoshone, and must adhere to strict quality standards, including purity and noxious weed limits, while providing comprehensive documentation for seed testing and certification. This procurement is crucial for supporting federal initiatives in environmental management, with bids due by April 2, 2025, and awards expected to be announced by April 28, 2025. Interested vendors can contact Diane Barker at dbarker@blm.gov or (208) 387-5544 for further information.
    Woody Vegetation Removal (Mulching), McFaddin NWR,
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking small business contractors for a project involving the mulching of woody vegetation across 165 acres at the McFaddin National Wildlife Refuge in Sabine Pass, Texas. The objective of this procurement is to enhance environmental management by removing dense vegetation, with contractors required to provide personnel, machinery, materials, and supervision for the task. This initiative underscores the government's commitment to supporting small businesses, particularly those owned by veterans or economically disadvantaged individuals, while ensuring compliance with federal regulations regarding labor and environmental protections. Interested vendors must submit their technical and price proposals by March 21, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information. The estimated contract value is $11.5 million, with delivery expected by September 30, 2025.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    Tree/Woody Vegetation Removal-Glacial Ridge NWR. M
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a contract focused on the mechanical removal of trees and woody vegetation across 520 acres at the Glacial Ridge National Wildlife Refuge in Mentor, Minnesota. The primary objective of this project is to enhance tallgrass prairie habitat by reducing standing dead and live vegetation, thereby benefiting local wildlife. This initiative is particularly significant as it aligns with federal efforts to manage natural resources and promote environmental conservation. Interested small businesses must submit their proposals, which should include both technical and price components, by March 26, 2025, at 5:00 PM ET. For further inquiries, contractors can contact Darla Freyholtz at darlafreyholtz@fws.gov or by phone at 701-339-3829.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide Marine Natural Resource Support Services for the Pacific Islands Fish and Wildlife Office, specifically for projects at Wake Atoll. Contractors must possess valid U.S. Coast Guard Captain’s licenses, have prior experience with vessel operations and SCUBA, and be residents of Hawaii, as the services will include operating vessels for scientific diving, conducting inspections for SCUBA tanks, and managing logistics for field operations. This procurement emphasizes environmental conservation and compliance, with a contract performance period from April 1, 2025, to April 1, 2026, and a potential one-year extension. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and interested parties can contact Oscar Orozco at oscarorozco@fws.gov for further information.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    VT-MISSISQUOI NWR-INVASIVE SPECIES CONTR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide invasive species remediation services at the Missisquoi National Wildlife Refuge in Vermont. The primary objective is to manage and control invasive plant species, such as Phragmites and European buckthorn, across approximately 17 acres to enhance habitat for migratory birds and restore ecological integrity. This initiative underscores the importance of effective environmental management practices, particularly in protected wildlife areas. Interested contractors must submit their quotations by March 12, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
    F--CONE COLLECTION HSO & TSO 2025
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting proposals for Cone Collection Services at the Walter Horning and Travis Tyrrell Seed Orchards in Oregon, under the Request for Quote (RFQ) number 140L0625Q0015. Contractors will be responsible for activities such as bagging, transporting, and handling cones to support seed collection for reforestation efforts, with a performance period from August 1, 2025, to November 30, 2025, for Horning and until October 10, 2025, for Tyrrell. This initiative is crucial for sustainable forestry practices and ecological conservation, emphasizing the collection of various species, including Douglas-fir and sugar pine, while adhering to strict safety and quality control measures. Quotes are due by March 13, 2025, and interested parties can contact Madisyn Falls at mfalls@blm.gov or by phone at 303-236-9471 for further information.