AL-DEEP HORIZON NRDA ARO-INVASIVE SPECIE
ID: 140FNR25Q0010Type: Combined Synopsis/Solicitation
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 (FWS) is seeking contractors for the AL-DEEP HORIZON NRDA ARO-Invasive Species project, which involves invasive species treatment at Bon Secour National Wildlife Refuge in Alabama. The primary objective is to control three invasive species—cogon grass, torpedo grass, and rattlebox—across approximately 12 acres, utilizing approved herbicides to achieve a 95% control rate, with performance expected to commence in March 2025 and conclude by May 2026. This initiative is part of the broader Deepwater Horizon Gulf restoration efforts, emphasizing the importance of ecological restoration and compliance with environmental safety standards. Interested contractors must submit proposals by February 24, 2025, and direct inquiries to Lamont Sawyers at lamont_sawyers@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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 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
    Combined Synopsis/Solicitation
    Similar Opportunities
    IL - Meredosia NWR - Tree Planting
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a tree planting project at the Meredosia National Wildlife Refuge in Illinois, under solicitation number 140FS225Q0066. The project aims to restore floodplain forests impacted by invasive species by planting 450 containerized trees across approximately 3 acres, with work scheduled from March 24 to April 21, 2025. This initiative underscores the government's commitment to habitat restoration and biodiversity, requiring contractors to demonstrate technical capabilities and past performance in their bids. Interested contractors must submit their proposals by February 28, 2025, and can contact Dana Arnold at danaarnold@fws.gov or 703-468-8289 for further information.
    Rivers FY25 Environmental Services Herbicide Spraying
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, St. Louis District, is soliciting bids for herbicide spraying services as part of the Rivers FY25 Environmental Services project. This contract aims to control invasive species at the Riverlands Migratory Bird Sanctuary, requiring contractors to provide all necessary materials, labor, and supervision for herbicide applications targeting specific invasive plants from April to November 2025. The project underscores the importance of responsible environmental stewardship and compliance with federal guidelines for herbicide use, ensuring minimal impact on non-target vegetation. Interested small businesses must submit their offers by the specified deadline, and inquiries can be directed to Abrielle Campbell at abrielle.campbell@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil.
    ASPHALT REPAIR AT BIG BRANCH MARSH NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for asphalt repair at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project entails a firm fixed-price construction contract with an estimated cost between $25,000 and $100,000, focusing on the cleaning, repair, sealing, and striping of asphalt surfaces that are over 18 years old. This initiative is crucial for maintaining the infrastructure of national wildlife refuges, ensuring both environmental protection and safety compliance during operations. Interested contractors must submit their offers by adhering to the specified guidelines, with the project timeline set from March 1, 2025, to November 30, 2025. For further inquiries, contact Khanhthong Moody at KhanhthongMoody@fws.gov or call 404-679-4022.
    Z--LEVEE SYPHONS CLEANING AT FWS BAYOU SAUVAGE NWR
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the cleaning of eight 18-inch syphons located in the Maxent Levee North at the Bayou Sauvage National Wildlife Refuge in Lacombe, Louisiana. Contractors are required to provide all necessary labor, materials, and equipment to achieve a minimum of 95% blockage removal from the syphons, which includes clearing debris, roots, and soil deposits, as well as vegetation around syphon entries and exits. This project is crucial for maintaining the ecological integrity of the refuge and supporting wildlife habitat management efforts. Interested small businesses must submit their proposals by February 10, 2025, and can contact Chantal Bashizi at chantalbashizi@fws.gov or 703-358-1854 for further information.
    Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for a Firm Fixed Price construction contract to replace the Headquarters Office and Maintenance Facility at Bon Secour National Wildlife Refuge in Gulf Shores, Alabama, under solicitation number 140FGA25R0004. The project aims to enhance visitor engagement and support conservation efforts by constructing a new facility that complies with federal, state, and local regulations, including environmental protections and accessibility standards. Contractors are required to begin work within 10 calendar days of award and complete the project by September 30, 2025, with a total performance period from August 30, 2024. Interested parties should contact Ian Young at ianayoung@fws.gov or 612-713-5214 for further details, and must submit sealed offers by the specified deadline, including required performance and payment bonds.
    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.
    Invasive Species Control Services - Amendment 0002
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Invasive Species Control Services at USAG Okinawa, Japan, under contract FA527025Q0005. The procurement aims to manage and control invasive species from fiscal year 2025 through fiscal year 2029, ensuring compliance with environmental regulations and protecting critical habitats. This initiative is crucial for maintaining ecological balance and mitigating the impacts of invasive flora and fauna on military installations. Interested vendors must submit their quotes by February 28, 2025, and can direct inquiries to Nina Wickwire at nina.wickwire.2@us.af.mil or Martin Almazan at martin.almazan@us.af.mil, with a total contract value capped at $300,000.
    Construction Services - Fish River and Weeks Bay Marsh Restoration
    Buyer not available
    Presolicitation Notice: Construction Services - Fish River and Weeks Bay Marsh Restoration The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is planning to solicit and award a contract for the construction of the Fish River and Weeks Bay Marsh Restoration project. This project is located in Baldwin County, Alabama on Fish River at the Weeks Bay National Estuarine Research Reserve property north of US Highway 98. The Fish River and Weeks Bay Marsh Restoration project is an environmental restoration project that aims to degrade borrow areas and place material within previously dredged canals. The material used for filling the canals will be obtained from within the project construction site. The project consists of three main components: Base Bid-Fill Areas 1&2: This includes on-site excavation and placement of approximately 16,947 cubic yards of clayey-sand fill within two of the previously dredged canals. Other work includes mobilization/demobilization, surveying, clearing and grubbing, debris removal and disposal off-site, erosion and turbidity control measures, and special construction signage. Bid Alternative Number 1-Fill Area 3: This involves on-site excavation and placement of approximately 1,003 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes mobilization/demobilization, surveying, clearing and grubbing, canal fill, and erosion and turbidity control measures. Bid Alternative Number 2-Fill Area 2 Expansion Area: This includes on-site excavation and placement of approximately 1,580 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes surveying, canal fill, and erosion and turbidity control measures. The estimated period of performance for the completion of the project is 140 calendar days for the Base Bid-Fill Areas 1&2, with an additional 30 calendar days for Bid Alternative Number 1-Fill Area 3 if exercised, and an additional 10 calendar days for Bid Alternative Number 2-Fill Area 2 Expansion Area if exercised. To be eligible for award, the resultant solicitation will require the Offeror to provide documentation proving residency, headquarters, or principal engagement as a business in the State of Alabama or a Gulf Coast state. The Offeror must also certify that at least twenty percent (20%) of the total labor costs under the contract will be performed by its own employees. Additionally, a list of proposed equipment to be used on the project must be provided, and the awardee will be required to perform with the same or technically equivalent equipment post-award. The anticipated solicitation issuance date is on or about April 5, 2024, with the estimated proposal due date on or about May 6, 2024. The official solicitation number 1305M324B0001 will be issued under SAM.gov. For more information, please contact Grace Parker at grace.parker@noaa.gov or Nick Brown at nicholas.g.brown@noaa.gov.
    Invasive Species Control at the Naval Support Activity, Crane, Indiana
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified contractors for invasive species control at the Naval Support Activity in Crane, Indiana. The objective of this procurement is to manage and mitigate the impact of invasive species in the area, which is crucial for maintaining the ecological balance and supporting local biodiversity. This contract is set aside for small businesses under the SBA guidelines, and interested parties should note that the primary contact for inquiries is Colleen Mckinney, who can be reached at colleen.l.mckinney4.civ@us.navy.mil or by phone at 812-381-5507. Additional contact information is available for Carrie Grimard at carrie.l.grimard.civ@navy.mil. The presolicitation notice indicates that further details will be provided as the procurement process progresses.
    WY BO PB WEED CONTRACT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is seeking contractors for a weed control project at Boysen Dam and Pilot Butte Powerplant in Fremont County, Wyoming. The procurement involves providing pesticide support services to manage woody and broadleaf weeds on designated Reclamation lands, with a performance period from April 1, 2025, to March 31, 2026, and options for four annual renewals. This initiative is crucial for maintaining environmental compliance and enhancing the operational areas of critical infrastructure. Interested small businesses, particularly service-disabled veteran-owned, HubZone, and economically disadvantaged women-owned entities, should contact Melissa Parkison at MParkison@usbr.gov or call 406-247-7822, with a total award amount of $9.5 million and a site visit scheduled for March 3, 2025, requiring RSVP by February 28, 2025.