FIRE/BIL: Tree/Brush Removal Agassiz NWR, Middle R
ID: 140FS225Q0084Type: 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, part of the Department of the Interior, is soliciting bids for a tree and brush removal project at the Agassiz National Wildlife Refuge in Middle River, Minnesota, aimed at enhancing firebreaks. The project involves the removal of woody vegetation from levees to maintain their integrity for flood control and habitat preservation, with contractors required to follow specific ecological and safety protocols. This initiative underscores the government's commitment to environmental stewardship and public safety, ensuring compliance with federal regulations and labor standards. Proposals are due by 5:00 PM ET on March 28, 2025, and interested vendors should contact Darla Freyholtz at darla_freyholtz@fws.gov or 701-339-3829 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for a project involving the removal of woody vegetation from levees at Agassiz National Wildlife Refuge. The objective is to enhance firebreaks by conducting mowing, mulching, and stump treatment. Contractors must notify the refuge management 48 hours before work onset, visit the site before bidding, and complete the project by June 1, 2025. Key responsibilities include maintaining site integrity for soil and plants, cleaning equipment to prevent invasive species spread, and adhering to specific herbicide application protocols after tree cutting. Trees larger than certain diameters must be hand-felled and processed according to detailed specifications for safety and burn efficiency. The bid form requires contractors to provide pricing for different work areas and herbicide application. This RFP emphasizes ecological stewardship while ensuring regulatory compliance and operational efficiency for wildlife habitat management.
    The document outlines the Agassiz National Wildlife Refuge's project focused on the removal of brush and trees from levees in Thief River Falls. The primary intent is to maintain the integrity of levee structures, which is crucial for flood control and habitat preservation. Various environmental agencies, including the EPA, USGS, and USFWS, are involved in the project, ensuring compliance with ecological standards. The map included highlights different work areas and surface types, indicating where the removal activities will take place. This initiative is part of broader efforts to manage and conserve wildlife habitats while addressing infrastructure needs, reflecting the government's commitment to environmental stewardship and public safety.
    The document outlines the Wage Determination No. 1979-1073, as issued by the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage rates for various forestry and land management services occupations in Minnesota, including rates influenced by Executive Orders 14026 and 13658, depending on the contract's award date. For contracts after January 30, 2022, workers must receive at least $17.75 per hour, whereas contracts awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour. The Wage Determination also covers fringe benefits such as health, vacation, and holidays, along with requirements for uniform provision and maintenance costs. Additionally, guidelines for requesting authorization for additional classifications and wage rates are provided, emphasizing compliance with regulations under the Service Contract Act. The document serves to ensure that contractors meet established labor standards, protect worker rights, and facilitate fair compensation within federal contracts, particularly in state and local procurement contexts. Overall, it is a key resource for contract compliance regarding wages and benefits for service employees engaged in federally funded projects.
    The document outlines the requirements for submitting past experience and references as part of a federal Request for Proposal (RFP). It necessitates bidders to detail their relevant experience related to the position. This includes a maximum of three contracts or similar work experiences, along with associated training. Required information for each experience includes contract type, agency, contact details, duration, and a brief description of duties performed. The structure emphasizes the importance of demonstrating capability through past performance, with an original focus on specific qualifications that align with the RFP's scope of work. Finally, it instructs bidders to submit this information to a designated contact, reinforcing the need for accuracy and completeness to enhance consideration in the selection process.
    The U.S. Fish and Wildlife Service (FWS) is issuing a Request for Quotation (RFQ No: 140FS225Q0084) for tree and brush removal at the Agassiz National Wildlife Refuge (NWR) in Middle River, MN, to enhance firebreaks. This acquisition is set aside for small businesses and proposals are due by 5:00 pm ET on March 28, 2025. Interested vendors are encouraged to attend a pre-bid site visit to familiarize themselves with local conditions. Proposals must consist of a technical and a price proposal submitted separately, adhering to specific instructions, including supplier registration in the System for Award Management (SAM). Criteria for selection emphasize technical experience, understanding of project requirements, and prior similar contract performance over price. Award consideration will be based on the offer that presents the best value, along with compliance with the project’s technical specifications. The document outlines conditions and expectations to ensure clarity and facilitate an effective bidding process for contractors in forestry services.
    The document outlines a Request for Quote (RFQ) from the U.S. government for tree and brush removal services aimed at enhancing firebreaks at the Agassiz National Wildlife Refuge near Middle River, Minnesota. The solicitation is open to all businesses and encourages site visits for potential bidders to better understand local conditions. Proposals must include a technical approach and references, emphasizing technical experience and past performance over cost in the evaluation process. The contractor is required to comply with federal regulations, including wage determinations, and submit invoices electronically through the U.S. Department of the Treasury's Invoice Processing Platform. Key personnel contacts are provided for clarification and assistance during the bidding process. The contract period is set from April 1 to June 1, 2025. Interested vendors are urged to submit clear, detailed proposals that align with the requirements outlined in the attached Statement of Work and associated documents, marking this initiative as a significant step in preserving ecological balances through effective vegetation management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    F--Fire Break Creation Tamarac NWR, Rochert MN
    Buyer not available
    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 darlafreyholtz@fws.gov or 701-339-3829 for further details and ensure compliance with all submission requirements.
    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.
    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.
    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.
    LA-BAYOU SAUVAGE NWR-RIDGE TRAIL LUMBER
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to supply lumber for the rehabilitation of the Ridge Trail at the Bayou Sauvage National Wildlife Refuge in Louisiana. This procurement involves providing various construction materials, including treated lumber, timber screws, and other essential items for the repair and replacement of over 3,300 feet of boardwalk. The project is crucial for maintaining the structural integrity and environmental stewardship of recreational facilities within the refuge. Interested parties must submit their offers by March 26, 2025, with delivery of the materials required by April 27, 2025. For further inquiries, vendors can contact Stephanie Long at stephanielong@fws.gov or by phone at 404-679-4059.
    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.
    MD-FWS ESTRN NECK NWR-MOWING/LANDSCAPING
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide mowing and landscaping services at the Eastern Neck National Wildlife Refuge in Maryland. This procurement, designated under the Indian Small Business Economic Enterprise (ISBEE) set-aside, aims to maintain the refuge's grass height below three inches from April to November, with weekly mowing and trimming tasks. The contract, valued at $9.5 million, emphasizes the importance of environmental stewardship and aesthetic maintenance in sensitive areas, while promoting participation from small and Indian businesses in federal contracting. Interested bidders must submit their quotations by March 27, 2025, following a site visit on March 20, 2025, and should contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further details.
    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.
    CNF-CON SSCC-LKLN Mechanical Site Prep - Chequamegon-Nicolet
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for a Mechanical Site Preparation project at the Chequamegon-Nicolet National Forest, located in the Lakewood-Laona Ranger District of Wisconsin. The project involves preparing approximately 57 acres of land using mechanical methods, including Double Roller Chop and Bracke Scarification, with a focus on preserving marked trees and adhering to environmental protection protocols. This initiative is part of broader federal efforts to enhance forest health and manage natural resources effectively. Interested parties should direct inquiries to Tracy Doud at tracy.doud@usda.gov or call 720-994-4728, with the anticipated issuance date for the Request for Quotes around March 15, 2025, and a contract duration of 180 days expected to commence on or around June 1, 2025.