F--Wiregrass Planting, ST marks NWR -FL
ID: 140FS325R0002Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- RANGE SEEDING (GROUND EQUIPMENT) (F007)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Fish and Wildlife Service is seeking quotes for a federal contract focused on the procurement and planting of wiregrass seedlings at the St. Marks National Wildlife Refuge in Florida. The project aims to establish a dense stand of native ground cover over approximately 30 acres, contributing to ecological restoration efforts within longleaf pine ecosystems. The anticipated performance period for this contract has been extended to December 31, 2026, with quotes due by May 22, 2025, at 2 PM EDT. Interested contractors must ensure compliance with federal regulations and submit their proposals, including required documentation, to the Contract Specialist, Fred Riley, at fred_riley@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Request for Quotes (RFQ) Number 140FS325R0002, focusing on contractor services for forestry support activities, categorized under NAICS 115310. It specifies adherence to various Federal Acquisition Regulation (FAR) clauses and terms relevant to the procurement process. Key sections include clauses incorporated by reference, such as compliance expectations regarding the System for Award Management, reporting requirements, and the prohibition of certain entities in contracting. The RFQ elaborates on evaluation criteria, highlighting the importance of technical capability, past performance, and pricing, where non-cost factors may outweigh price differences. Bidders are instructed to submit a structured proposal, including a detailed price proposal and a technical approach that showcases relevant experience. The document emphasizes strict compliance with labor standards and acquisition guidelines, ensuring accountability and transparency throughout the contracting process. Overall, the RFQ serves as a guide for potential contractors, detailing necessary regulations and evaluation metrics to ensure quality service delivery for federal forestry support.
    The Performance Work Statement (PWS) outlines a non-personnel services contract aimed at establishing a wiregrass collection site at St. Marks National Wildlife Refuge in Florida. The contractor is responsible for procuring and planting approximately 25,575 containerized wiregrass seedlings across 30 acres, facilitating restoration goals for longleaf pine ecosystems. The project aims to create a dense native ground cover to support ongoing environmental restoration efforts. The contract's performance period extends from July 2025 to December 2026, acknowledging potential seedling availability issues. The contractor must ensure high-quality performance through a quality control program, with government oversight defined in a Quality Assurance Surveillance Plan. Key responsibilities include maintaining security, ensuring adequate staffing, and attending periodic meetings with government representatives. The contractor's adherence to federal regulations and local policies is mandatory. The contract will follow firm fixed-price terms, with the Government retaining ownership of all produced materials and the contractor responsible for safeguarding government property. The PWS serves as a guideline for the contractor's obligations and establishes standards for satisfactory service delivery.
    The Performance Work Statement (PWS) outlines a non-personnel services contract for the St. Marks National Wildlife Refuge, focused on the procurement and planting of wiregrass seedlings over approximately 30 acres. The contractor is responsible for all aspects of this project, which aims to establish a dense stand of native ground cover for ecological restoration purposes, particularly in longleaf pine ecosystems. The contract requires the provision of around 25,575 seedlings per acre and extends from July 7, 2025, to July 31, 2026, due to the anticipated limited availability of seedlings. The contractor’s responsibilities include quality control and assurance, which are essential for meeting the performance standards outlined in the contract. The Government will monitor the contractor's performance through a Quality Assurance Surveillance Plan. Additional details include operational hours, physical security measures, and clear communication protocols between the contractor and the government. This document emphasizes the ecological objectives and the operational framework necessary for the successful restoration of the wildlife refuge, aligning with the federal objectives of environmental conservation and management.
    The St. Marks National Wildlife Refuge is seeking quotes for a wiregrass planting project intended for seed collection, scheduled from July 7, 2025, to December 31, 2026. The project involves planting across 30 acres, and the unit price for this service includes all necessary supplies and materials required to fulfill the performance work statement (PWS). This request for proposals (RFP) is part of a broader federal initiative aimed at enhancing environmental conservation efforts, specifically focusing on the restoration and management of native plant species. The successful completion of the project will contribute to the refuge's ecological health and biodiversity preservation efforts, reflecting the government's commitment to environmental stewardship.
    The St. Marks National Wildlife Refuge is soliciting bids for a project involving the planting of wiregrass across 30 acres, intended for seed collection. The project spans from July 7, 2025, to July 31, 2026. The quote schedule specifies that the unit price per acre includes all necessary supplies and materials required to complete the work according to the Performance Work Statement (PWS). This initiative emphasizes the restoration and management of natural habitats, reflecting the federal government's commitment to conservation efforts. The document is structured to facilitate bidding by outlining the performance period, project scope, and total area to be covered, ensuring clarity for potential contractors.
    The document outlines wage determinations under the Service Contract Act, managed by the U.S. Department of Labor. Specifically, Wage Determination No. 2015-4569, Revision No. 26, effective from December 23, 2024, provides minimum wage rates that federal contractors must adhere to, influenced by Executive Orders 14026 and 13658. Contractors due to circumstances surrounding contracts awarded or extended after January 30, 2022, must pay workers a minimum of $17.75 per hour, while those within certain periods prior may pay $13.30. The determination includes a detailed listing of occupational wage rates for various job classifications across Florida counties, along with mandatory fringe benefits, such as health and welfare allowances, vacation, and paid holidays. Additionally, the document describes the conformance process for unlisted occupations, ensuring they receive equitable wage rates in line with existing classifications. This wage determination document plays a critical role in federal procurement, guiding compliance for contractors and protecting workers' rights by enforcing fair compensation standards in alignment with federal laws.
    The "Past Experience Questionnaire – 140F0922Q0105" is a form intended for businesses responding to government solicitations, specifically to assess their qualifications and experience. Companies are required to submit detailed information regarding their past contracting work, distinguishing between Prime and Sub-contractor roles and noting any federal contract experience. The document requests data on the business's operational years, potential employee involvement, and whether there have been failures to complete contracts. Additionally, it calls for references relating to past contracts completed within the last three years, emphasizing government contracts but allowing for non-government projects as well. Each reference must detail the contract agency, monetary value, points of contact, and project scopes. Lastly, the business must certify the accuracy of the information provided, underscoring the need for transparency and accountability. This questionnaire serves as a crucial tool for government agencies to evaluate respondent capabilities for successful contract execution.
    This document outlines Amendment 0001 to Solicitation No. 140FS325R0002, pertaining to a federal contract modification for landscaping services at the St. Marks National Wildlife Refuge. The primary change involves extending the project’s Period of Performance end date to December 31, 2026, while the request for quote closing date remains set for May 22, 2025, at 2 PM. The amendment instructs contractors to acknowledge receipt of the amendment in their responses and offers the option to modify previously submitted offers through written or electronic communication as long as they indicate the solicitation and amendment numbers. It emphasizes that failure to acknowledge receipt by the specified deadline may result in the rejection of offers. The document specifies administrative and procedural details required for compliance with the modification, emphasizing adherence to Federal Acquisition Regulation (FAR) guidelines. It includes points of contact for the project, ensuring clarity in communication among stakeholders. Overall, the amendment seeks to update contract terms while maintaining all other existing terms and conditions.
    The document is an amendment (0002) to solicitation FS325R0002, addressing industry concerns related to a landscaping contract for the St. Marks National Wildlife Refuge. The amendment requires contractors to acknowledge receipt of the amendment before the specified deadline of May 22, 2025, at 2 PM; failure to do so may lead to rejection of offers. Key changes include clarifying the type of wiregrass seedlings needed for the project, which are identified as xeric. All other terms and conditions from the original solicitation remain unchanged. The amendment specifies points of contact for further inquiries, ensuring potential bidders have access to necessary information. This document exemplifies standard procedures in government contracting processes, particularly in managing modifications and ensuring compliance among bidders for federal projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    F--Invasive Species Treatment at Coldwater River NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the Invasive Species Treatment at Coldwater River National Wildlife Refuge in Grenada, Mississippi. The project involves the removal of invasive Chinese tallow trees across a 56-acre area, with a goal of achieving a 95% control rate within four to six months post-treatment, utilizing approved herbicides and adhering to environmental protection guidelines. This small business set-aside contract, with an estimated performance period from January 5, 2026, to September 30, 2026, emphasizes technical and past performance in its evaluation criteria, with quotes due by December 22, 2025. Interested parties should contact Contract Specialist Fred Riley at fredriley@fws.gov for further details and ensure they acknowledge the solicitation amendment by the specified deadline.
    F--Invasive Species Control, Missisquo NWR, VT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for invasive species control at the Missisquoi National Wildlife Refuge in Swanton, Vermont. The project aims to eradicate invasive plant species across approximately 41 acres of grasslands, with a performance period scheduled from July 1 to July 20, 2026. This initiative is crucial for improving habitat for nesting birds and ensuring environmental sustainability. Interested small businesses must submit their quotes by December 8, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    FARGO-MOORHEAD FOREST MITIGATION PLANTING
    Buyer not available
    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.
    Everglades National Park, Flamingo Marina Bulkhead Rehabilitation Monroe County, Florida
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Flamingo Marina bulkhead in Everglades National Park, Monroe County, Florida. The project entails the removal of existing concrete structures, installation of new steel sheet pile bulkheads, and various mechanical, plumbing, and electrical upgrades across four marina basins, while adhering to strict environmental protections due to the presence of federally protected species. This construction initiative, valued between $25 million and $100 million, is set to be awarded as a Firm-Fixed-Price contract, with a performance period of 1,350 calendar days from the Notice to Proceed. Interested vendors must register on the SAM.gov website and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, with inquiries directed to Ireishal Adams at Ireishal.C.Adams@usace.army.mil or William Wallace at William.J.Wallace@usace.army.mil.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    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.
    End of the World Long Term Stewardship
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    Camas Prairie Fence
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    BEACH RENOURISHMENT OCEAN RIDGE, PALM BEACH COUNTY, FLORIDA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for a beach renourishment project in Ocean Ridge, Palm Beach County, Florida. The project involves the renourishment of approximately 1.1 miles of shoreline, utilizing sand from two offshore borrow areas, and includes environmental monitoring, beach tilling, and quality control measures. This initiative is crucial for maintaining coastal integrity and protecting local ecosystems, particularly during the sea turtle nesting season from November 1 to April 30. Bids are due by December 12, 2025, at 1:00 PM EST, with a bid opening at 2:00 PM EST the same day; interested vendors must register on the Sam.gov website and submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Walter Love at walter.d.love@usace.army.mil or Martha Sequeira at martha.g.sequeira@usace.army.mil.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.