F--Herbicide application, ST. MARKS NWR-FL
ID: 140FS325Q0043Type: 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

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)

Set Aside

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

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fred_riley@fws.gov or by phone at 413-253-8738.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the herbicide application project at the St. Marks National Wildlife Refuge in Wakulla County, Florida, covering 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation. Scheduled to commence between August 1 and September 30, 2025, this project focuses on applying a tank mix of Garlon XRT, Arsenal AC, and RRSI NIS as a broadcast foliage treatment, ensuring at least 95% coverage of the designated areas. Key responsibilities of the contractor include transporting chemicals, utilizing GPS for precise application, adhering to Florida's Best Management Practices, and maintaining safety protocols to protect public users of the refuge. The contractor must handle hazardous materials properly and report any spills immediately. The project requires a pre-entry conference with refuge personnel, prohibits spraying during adverse weather, and mandates adherence to refuge regulations. This document is significant as it serves as an RFP, detailing compliance and operational expectations within a government context, ensuring environmental stewardship, public safety, and successful application of herbicides for ecological restoration efforts.
    The document outlines a request for quotes for herbicide application services at St. Marks National Wildlife Refuge in Florida. The specified period for performance of the service is from August 1, 2025, to September 30, 2025. The quantity of herbicide application required is 178 acres, and the pricing structure includes a unit price per acre, which encompasses all necessary supplies and materials to fulfill the work in compliance with the Performance Work Statement (PWS). This request is part of the federal government's procurement process to maintain ecological health by managing invasive species on the refuge. It reflects the government's commitment to environmental management and habitat preservation.
    The document outlines wage determinations for federal contracts under the Service Contract Act (SCA) by the U.S. Department of Labor, providing guidance on minimum wage rates applicable in Florida for various occupations. It specifies that contracts entered into or renewed after January 30, 2022, must adhere to Executive Order 14026, requiring a minimum wage of $17.75 per hour in 2025, while contracts awarded between January 1, 2015, and January 29, 2022, must comply with Executive Order 13658, mandating at least $13.30 per hour. The document lists wage rates for various job classifications, including administrative support, automotive service, food preparation, and health occupations, along with fringe benefits such as health and welfare payments and paid leave. It also informs that additional requirements, like paid sick leave, holiday pay, and uniform provisions, are relevant for contractors. Overall, this wage determination serves as a crucial resource for businesses involved in federal contracting, ensuring compliance with labor standards while clarifying wage expectations and worker protections.
    The "Past Experience Questionnaire" document is part of a federal solicitation process, requiring bidders to provide critical information regarding their business capabilities and past performance. It requests details such as the company's name, unique entity identifier, type of business, and years of experience in service and contracting, with a particular focus on federal contracts. Bidders must disclose their history of completing awarded contracts, key personnel required for the project, and detailed employee experiences. Additionally, the document emphasizes the need for references from contracts completed within the last three years, especially those similar in complexity to the requested scope of work. By certifying that the information provided is true and that references can verify capabilities, bidders enhance their chances of compliance with the solicitation. This questionnaire is essential for evaluating a contractor’s suitability for a given project in federal, state, or local contexts.
    The file details Amendment 0001 for solicitation number 140FS325Q0043 concerning a herbicide application contract at St. Marks National Wildlife Refuge in Florida. The amendment addresses industry concerns and reaffirms that the closing date for offers remains March 10, 2025, at 2 PM. It outlines the need for contractors to acknowledge receipt of the amendment and describes the application methods permitted, notably restricting aerial applications and specifying that contractors must supply the necessary chemicals. The document emphasizes the need for consistent application coverage, indicating no approval for hand crew applications due to variability in application rates. Key contact information for technical and contract points of contact is provided to ensure clarity in communication. Overall, the amendment seeks to refine project guidelines while maintaining all existing terms and conditions, underscoring the federal government's intention to promote effective contract performance in environmental management efforts.
    This document outlines a Request for Proposal (RFP) for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The RFP, issued by the U.S. Fish and Wildlife Service (FWS), details the request for commercial services, with an offer due date of February 26, 2025. The primary focus is to establish a contract under federal guidelines, emphasizing compliance with various regulations, including those relevant to small businesses and service-disabled veteran-owned businesses. The document specifies the requirements for proposals, outlining the evaluation criteria based on technical capabilities, past performance, and pricing. Additionally, it emphasizes the obligation for contractors to utilize the Invoice Processing Platform (IPP) for electronic invoicing and outlines the necessary compliance with federal acquisition clauses and hiring practices to ensure fairness and equity in contract execution. Overall, this RFP indicates the government's effort to maintain ecological safety and management at the refuge while fostering business opportunities, particularly for small and veteran-owned enterprises.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    F--Tree Planting, ST. Marks NWR-FL
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for a contract focused on the hand-planting of 122,000 containerized longleaf pine trees at the St. Marks National Wildlife Refuge in Wakulla County, Florida. The project, known as the Logging Debris Fire BAR Project, aims to restore natural ecosystems by reintroducing longleaf pines over 178 acres, with planting activities scheduled to commence on February 1, 2026, and conclude by February 28, 2026. This initiative underscores the importance of ecological restoration and habitat improvement, reflecting the government's commitment to conservation efforts. Interested contractors must submit their proposals by March 12, 2025, and can direct inquiries to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    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.
    Water Hyacinth Control, Matthews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for an aerial herbicide application project aimed at controlling water hyacinth at the Matthews Brake National Wildlife Refuge in Mississippi. The project requires the contractor to apply ProcellaCOR SC herbicide over approximately 250 acres using a helicopter, with operations scheduled from May 15 to July 31, 2025, while ensuring compliance with all environmental regulations and effective drift control. This initiative is crucial for managing invasive aquatic plants to maintain ecological balance within the refuge. Interested contractors must submit their proposals, including a quote per acre, by the specified deadline, and can direct inquiries to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738. The total estimated contract amount is $11.5 million, with a focus on small business participation, particularly from service-disabled veteran-owned and economically disadvantaged women-owned businesses.
    VT-MISSISQUOI NWR-INVASIVE SPECIES CONTR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide invasive species remediation services at the Missisquoi National Wildlife Refuge in Vermont. The primary objective is to manage and control invasive plant species, such as Phragmites and European buckthorn, across approximately 17 acres to enhance habitat for migratory birds and restore ecological integrity. This initiative underscores the importance of effective environmental management practices, particularly in protected wildlife areas. Interested contractors must submit their quotations by March 12, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
    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 under Request for Quotation W912P925Q0005 for fiscal year 2025. The primary objective of this procurement is to control invasive plant species along the Mississippi and Illinois Rivers, specifically targeting areas within the Riverlands Migratory Bird Sanctuary. This initiative underscores the importance of environmental management and resource restoration, as contractors will be responsible for providing all necessary materials, labor, and supervision while adhering to safety and environmental regulations. Interested small businesses must submit their proposals by March 7, 2025, and can direct inquiries to Abrielle Campbell at abrielle.campbell@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil for further clarification.
    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.
    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.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fredriley@fws.gov or call 413-253-8738.
    Herbicide Application Services for Tenkiller Lake, OK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Southwestern Division, Tulsa District, is seeking qualified contractors to provide herbicide application services at Tenkiller Lake, Oklahoma. This procurement aims to manage vegetation effectively in the area, ensuring the maintenance of the landscape and promoting ecological health. The services are critical for maintaining the grounds and supporting recreational activities at the lake, which is a vital resource for the community. Interested small businesses are encouraged to review the full solicitation, W912BV25Q0028, available at the provided PIEE link, and may contact Lee Maddox at lee.h.maddox@usace.army.mil or 918-669-4393 for further information.
    F--INSECTICIDE APPLICATION
    Buyer not available
    The Bureau of Land Management (BLM) is seeking proposals for a firm fixed-price contract to perform insecticide application at the Horning Seed Orchard in Colton, Oregon, scheduled from March 24 to May 30, 2025. The contractor will apply the restricted-use pesticide esfenvalerate to manage pest populations on Douglas-fir trees aged 7 to 33 years, adhering to strict environmental and safety regulations throughout the process. This project is crucial for effective pest management and compliance with federal and state agricultural policies, ensuring the health of the orchard while minimizing environmental impact. Interested small businesses must submit their proposals by March 5, 2025, and can contact Christy Webster at cnwebster@blm.gov or 503-808-6074 for further details.