F--AL-DEEP HORIZON NRDA ARO-INVASIVE SPECIE
ID: 140FNR25Q0010Type: Combined Synopsis/Solicitation
AwardedApr 17, 2025
$12K$12,000
AwardeeBACK FORTY SOLUTIONS INC 4771 BAYOU BLVD Pensacola FL 32503 USA
Award #:140FNR25P0006
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, NRDARFalls Church, VA, 22041, USA

NAICS

Support Activities for Forestry (115310)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)
Timeline
    Description

    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 lamont_sawyers@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a combined synopsis/solicitation for commercial items issued as a Request for Quote (RFQ) by the Government, anticipating a Firm Fixed Price services contract. It guides prospective contractors on submitting questions, proposals, and clarifies submission deadlines. Key aspects include the requirement for contractors to be registered in the System for Award Management (SAM), acknowledgment of solicitation amendments, and stipulations around proposal acceptance periods. The Government aims to award the contract based on the best value, emphasizing the importance of presenting the best technical and price proposals initially. Submission of proposals must include detailed technical and past performance volumes, adhering to specific page limits and content requirements. Notably, the contract includes clauses concerning safety regulations, contractor performance evaluations, invoicing procedures, and compliance with various federal statutes. Emphasis is placed on maintaining quality and safety standards, along with responsibilities regarding cleanup and restoration. Overall, the document underscores the Government's structured process for procuring reliable services while ensuring compliance with legal and regulatory standards.
    The Bon Secour National Wildlife Refuge (BSNWR) seeks a contractor to manage invasive species treatment on the newly acquired 73.43-acre Pilot Town tract. The non-personal services contract requires the control of cogon grass, torpedo grass, and rattlebox across approximately 12 acres to achieve a 95% control rate by spring 2026. The contractor must provide all necessary personnel, equipment, and supplies, adhering to EPA regulations and the specified treatment plan. Treatments are scheduled to begin around April 1, 2025, and will include multiple applications based on the growth cycle of each invasive species. Key responsibilities include submitting a Pesticide Use Proposal for herbicide approval, ensuring public safety during treatments, and avoiding damage to native flora and fauna. The contractor is required to maintain comprehensive records, conduct inspections, and participate in progress meetings with government representatives. Failure to meet performance criteria will necessitate re-treatments at the contractor's expense. This contract highlights the BSNWR's commitment to biodiversity preservation and the effective management of invasive species within its purview.
    The Performance Work Statement outlines a contract for invasive species treatment on the Pilot Town tract of Bon Secour National Wildlife Refuge in Gulf Shores, Alabama, for fiscal year 2025. The contractor will control three target species: cogon grass, torpedo grass, and rattlebox across approximately 12 acres. The service includes applying approved herbicides to achieve a 95% control rate, with performance beginning in March 2025 and concluding in May 2026. All necessary personnel, equipment, and supplies must be provided by the contractor, while adherence to environmental safety standards is paramount. The document emphasizes a non-supervisory role for the government, highlighting a fixed-price contract type, security protocols, coordination procedures, and deliverable reporting. Performance evaluations will assess compliance with treatment requirements, and failures will necessitate re-treatment at the contractor's expense. The overarching goal is to mitigate the impact of invasive species on native ecosystems, ensuring environmental integrity and compliance with U.S. Fish and Wildlife regulations throughout the contract's duration.
    The document is an amendment to the Federal Government's solicitation for invasive species treatment at Bon Secour National Wildlife Refuge (NWR). Its primary purpose is to extend the response date for offers to March 17, 2025, and to adjust the project start date to April 1, 2025. The amendment confirms that other terms of the Request for Quotations (RFQ) remain unchanged and reiterates that offers must acknowledge receipt of this amendment in specified ways. The period of performance for the project is set from April 1, 2025, to May 31, 2026. The change is communicated on a standardized federal form that outlines the procedural steps for contractors. This amendment ensures clarity and compliance with federal contractual procedures while facilitating the continuation of environmental management efforts against invasive species within the specified timeframe.
    The document outlines a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service (FWS) focused on invasive species treatment at Bon Secour National Wildlife Refuge, specifically related to a project under the Deepwater Horizon Gulf restoration efforts. Key details include a delivery timeline from March 1 to May 1, 2025, with final proposals due on February 24, 2025. Contractors must submit inquiries electronically by February 19, 2025, and are expected to prepare detailed proposals that demonstrate technical capability, past performance, and a pricing schedule. The RFQ indicates that this solicitation is not set aside for small businesses and defines procedures for proposal submission, contract evaluation, and award. The contract includes various clauses related to compliance with federal regulations, safety protocols, and quality assurance measures. The contractor is responsible for ensuring adherence to local laws, and specific provisions regarding site restoration and cleanup after project completion are emphasized. This RFQ illustrates the government's approach to contracting services for ecological restoration projects, highlighting the importance of relevant certifications, representation of the offeror, and clear criteria for evaluation and award, ultimately aimed at achieving environmental objectives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    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.
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    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.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    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 fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    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.
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers – New England District is seeking qualified contractors to provide Chemical Vegetation Control Services at West Thompson Lake in N. Grosvenordale, CT. The contractor will be responsible for all labor, equipment, materials, transportation, and permits necessary to perform maintenance spraying and spot treatments of vegetation across approximately 25 acres, including invasive species management along roadways and field edges. This procurement is crucial for maintaining the ecological balance and safety of the lake's infrastructure. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 22, 2025. Interested vendors must ensure they have an active registration in SAM.gov at the time of submission to be considered for this opportunity. For further inquiries, contact Jennifer Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking small business vendors for a contract involving spillway vegetation cutting and herbicide treatment at Surry Mountain Lake in Surry, NH. The project requires the contractor to provide all necessary labor, equipment, and materials to cut and chemically treat approximately two acres of vegetation along the dam's ledge walls and spillway floor, with specific guidelines for handling different types of vegetation. This procurement is crucial for maintaining the integrity of the spillway and ensuring compliance with local, state, and federal regulations regarding vegetation management. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available online around December 22, 2025; inquiries during the presolicitation phase will not be addressed.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Aquatic Plant Control at Raystown Lake
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking vendors for aquatic plant control services at Raystown Lake for the growing seasons from 2026 to 2030. The contractor will be responsible for applying herbicides to twelve designated sites covering a total of 83.5 acres, as well as collecting samples to assess herbicide concentration levels and documenting the effectiveness of treatments on targeted species. This procurement is crucial for maintaining the ecological balance and recreational quality of Raystown Lake. Interested parties should direct inquiries to Clark Miller or Brian Richardson via email, and are encouraged to monitor the notice for any updates or amendments, as this is a Sources Sought Notice and not a formal solicitation.