F--Fire Break Creation Tamarac NWR, Rochert MN
ID: 140FS225Q0077Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls 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 (USFWS) is soliciting bids for the creation of a fire break at the Tamarac National Wildlife Refuge in Rochert, Minnesota. The project involves constructing a fire break approximately 0.46 miles long and covering 2.24 acres, aimed at reducing wildfire risks and improving access for fire suppression efforts. This initiative is part of the government's commitment to environmental management and safety, emphasizing the importance of maintaining natural resources and protecting community safety. Proposals are due by March 21, 2025, with a performance period from April 1, 2025, to December 31, 2025. Interested vendors should contact Darla Freyholtz at darla_freyholtz@fws.gov or 701-339-3829 for further details and ensure compliance with all submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of a new firebreak at the Tamarac National Wildlife Refuge (NWR) to enhance wildfire prevention measures. The project targets approximately 0.46 miles and 2.24 acres of overgrown logging roads, aiming to remove mixed hardwoods and other understory vegetation. This initiative seeks to reduce wildfire risks to nearby populated and recreational lands, improve fire suppression access, and facilitate tribal cultural activities. Contractors are required to utilize various mechanical methods for the removal of vegetation, maintaining a 40-foot width with adherence to guidelines for disposal and treatment of organic material. Work must be completed by December 31, 2025, avoiding operations between May 30 and August 15. The document underscores the importance of environmental stewardship, including the need to address wetlands, cultural resources, and species protection while preventing invasive species spread. The contractor is responsible for all operations, equipment maintenance, and safe site practices, with monitoring by USFWS personnel throughout the project. This RFP reflects the federal commitment to managing natural resources responsibly while ensuring public safety and ecological integrity.
    The document outlines key geographical and infrastructural features concerning a fuel break project centered around Dry Lake. It identifies various roads, including County Highways 35 and 143, and the Refuge Boundary, framing a specific area (0.46 miles around Dry Lake) designated for creating an existing fuel break. The purpose appears to be enhancing wildfire management through the establishment of fuel breaks, which can help mitigate fire hazards in the surrounding environment. This initiative aligns with government efforts to protect natural resources and improve community safety. The emphasis on existing structures and road access suggests a strategic approach to ensuring effective implementation and maintenance of the fuel break. Overall, the document serves as a preliminary overview for stakeholders involved in fire management and land use planning.
    The document outlines wage determinations under the Service Contract Act (SCA) issued by the U.S. Department of Labor, specifically Wage Determination No. 1979-1073, Revision No. 74. It details minimum wage and fringe benefits for various occupations involved in forestry and land management services in Minnesota, with a focus on compliance with Executive Orders 14026 and 13658, which mandate wage rates of at least $17.75 and $13.30 per hour, respectively. The wage determination specifies applicable hourly rates for numerous job titles, such as Forestry Equipment Operator and Fire Lookout, along with conditions for uniform expenses and benefits, including paid sick leave and health care provisions. Furthermore, the document outlines the procedure for requesting additional classifications and wage rates under the SCA. Overall, the document serves to inform contractors of their wage obligations and worker protections under federal contracts, emphasizing compliance for appropriate remuneration to workers based on the services rendered.
    The document outlines requirements for bidders submitting proposals for federal or local contracts, specifically focusing on past experience and references. It mandates that all potential quoters provide detailed information about relevant past contracts, including the type of work performed, contract value, agency involved, and a point of contact. Each bidder is allowed to submit up to three examples of previous work that align with the desired scope. Additionally, there is a space for documenting training that may enhance the bidder's ability to perform the specified work. It emphasizes transparency and verifiability through contact information for references. The submission must be completed and submitted by a specified due date to ensure consideration. This document serves to evaluate the qualifications and relevant experience of bidders in relation to government procurement processes.
    The U.S. Fish and Wildlife Service (FWS) has issued a Request for Quotation (RFQ No: 140FS225Q0077) for small businesses to provide services in creating a fire break at Tamarac National Wildlife Refuge, Rochert, MN. Proposals are due by March 21, 2025, at 5 PM Eastern Time, with a firm fixed-price contract anticipated. Interested vendors are encouraged to attend a pre-bid site visit to assess conditions impacting contract performance, although the government will not cover associated costs. Submissions must include separate technical and price proposals, demonstrating previous relevant experience, completing a Past Performance/References form, and ensuring full compliance with State of Minnesota requirements. The government will consider technical aspects, past performance, and delivery timeframe alongside price to determine the best value. All vendors must be registered and active in the System for Award Management (SAM) to be eligible for contract award. Payment requests post-award will be processed electronically via the U.S. Department of Treasury's Invoice Processing Platform System (IPP). Late or incomplete proposals will not be accepted, emphasizing the need for adherence to submission guidelines.
    The document outlines an amendment to solicitation 140FS225Q0077 for a contract related to fire break creation at Tamarac National Wildlife Refuge in Rochert, MN. Interested vendors are prompted to acknowledge receipt of the amendment through specified methods, ensuring their offer remains valid for consideration. A pre-bid site visit is highly encouraged to evaluate local conditions impacting contract performance; associated costs will not be reimbursed by the government. Key contacts for scheduling the site visit and technical inquiries are provided, along with the contracting officer's details. The period of performance for the contract is from April 1, 2025, to December 31, 2025. The amendment is part of a federal request for proposals (RFP), indicating the government's commitment to infrastructure management within wildlife areas.
    The document outlines a Government Request for Quotation (RFQ) for the creation of fire breaks at Tamarac National Wildlife Refuge in Rochert, Minnesota. It details the contract's scope, requiring vendors to create a fire break covering approximately 0.46 miles and 2.24 acres. Interested vendors are encouraged to attend a pre-bid site visit to assess conditions affecting performance. The procurement process is classified as a firm-fixed-price contract and emphasizes the evaluation of bids based on technical experience, past performance, and pricing, with technical merits outweighing price. All proposals must comply with federal acquisition regulations, including various clauses on labor standards, small business considerations, and contractor obligations. Submission requirements include a detailed technical proposal and past performance references, ensuring that contractors can demonstrate successful completion of similar projects. The contact for technical inquiries is Wayne Brininger, while contract inquiries should be directed to Darla Freyholtz. The performance period for the contract is from April 1, 2025, to December 31, 2025. The document highlights the government's commitment to environmental management and safety in its contracting practices, reinforcing the importance of vendor compliance with federal laws.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fredriley@fws.gov or call 413-253-8738.
    F--Herbicide application, ST. MARKS NWR-FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    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.
    F--Tree Planting, ST. Marks NWR-FL
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for a contract focused on the hand-planting of 122,000 containerized longleaf pine trees at the St. Marks National Wildlife Refuge in Wakulla County, Florida. The project, known as the Logging Debris Fire BAR Project, aims to restore natural ecosystems by reintroducing longleaf pines over 178 acres, with planting activities scheduled to commence on February 1, 2026, and conclude by February 28, 2026. This initiative underscores the importance of ecological restoration and habitat improvement, reflecting the government's commitment to conservation efforts. Interested contractors must submit their proposals by March 12, 2025, and can direct inquiries to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    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--ND - KULM WMD Remediation of Small Arms Firing Ran
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified contractors for the remediation of a Small Arms Firing Range (SAFR) at the Kulm Wetland Management District in North Dakota. The project involves comprehensive environmental cleanup, including soil sampling, excavation of contaminated materials, and compliance with state and federal environmental regulations. This initiative is crucial for addressing historical contamination from law enforcement training activities, ensuring ecological safety and adherence to legal standards. Interested contractors must submit their quotes by March 13, 2025, and demonstrate relevant technical experience, with inquiries directed to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    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.
    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.