FIRE/BIL: Tree/Brush Removal Agassiz NWR, Middle R
ID: 140FS225Q0084Type: Solicitation
AwardedApr 15, 2025
$34K$33,992
AwardeeNATIVE RESOURCE PRESERVATION LLC 260 WENTWORTH AVE E STE 155 WEST SAINT PAUL MN 55118 USA
Award #:140FS225P0159
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.
    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.
    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.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    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.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors 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.
    FARGO-MOORHEAD FOREST MITIGATION PLANTING
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contractor for the Fargo-Moorhead Metropolitan Area Flood Risk Management Forest Mitigation Planting project. This initiative requires the contractor to provide all necessary labor, materials, and equipment to execute forest planting and maintenance across approximately 165.2 acres, including the establishment of trees, grasses, and forbs, as well as invasive species management over a three-year period. This project is crucial for environmental mitigation associated with the larger flood risk management efforts in the area. The solicitation is expected to be released in mid-December 2025, and interested parties should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information. The contract will be a Firm, Fixed-Price contract, set aside for small businesses, with a NAICS code of 115310 and a size standard of $11.5 million.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    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.
    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.
    F--Special Notice of Intent to Sole Source Award - Emergency Tree Removal
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for emergency tree removal services to Zorza, Inc. This contract aims to address the urgent need for the removal of dead, damaged, and structurally compromised trees that pose a direct threat to public safety and critical infrastructure on USFWS property. The selected contractor, Zorza, Inc., has been chosen due to their proven ability to respond quickly to emergencies and their familiarity with the site, ensuring that the hazardous trees are removed promptly to mitigate risks. Interested parties may submit a statement of capabilities to Lorenzo Aragon at lorenzoaragon@fws.gov, but this notice does not constitute a solicitation, and any associated costs for submissions will not be reimbursed by the government.