S--UT OURAY NFH RODENT REMEDIATION
ID: 140FS225Q0038Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Feb 3, 2025, 10:00 PM UTC
Description

The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for rodent remediation and cleanup services at the Ouray National Fish Hatchery located in Randlett, Utah. The primary objective is to eliminate rodent infestations and ensure a safe working environment for employees by addressing contamination and damage caused by rodent activity. This initiative is critical for maintaining healthy environments at government facilities through effective pest management strategies. Interested contractors must attend scheduled site visits on January 21, January 23, and January 27, 2025, to accurately assess the project scope, with proposals due by the specified deadline. For inquiries, contact Jeremy Riva at jeremy_riva@fws.gov or call 240-381-7321.

Point(s) of Contact
Files
Title
Posted
Jan 15, 2025, 8:12 PM UTC
The document is an amendment (0001) to the federal solicitation 140FS225Q0038 for rodent remediation at the Ouray National Fish Hatchery in Randlett, UT. The main purpose of this amendment is to add scheduled site visits, update the statement of work, and incorporate a prohibition on unmanned aircraft systems manufactured by foreign entities. The amendment details three scheduled site visits for potential contractors to understand the project scope and prepare accurate quotes; these visits are set for January 21, January 23, and January 27, 2025, at 10 AM each day. It specifies that individual site visits cannot be accommodated and provides relevant contact details for inquiries. Additionally, a new requirement for installing rodent barriers in the front office area is included. The amendment emphasizes the importance of acknowledging receipt before the designated deadline to ensure consideration of offers. This document reflects the government's regulatory requirements for procurement processes and reinforces compliance with federal contracting standards.
Jan 15, 2025, 8:12 PM UTC
The document outlines a Request for Quotation (RFQ) for a rodent remediation and cleanup project at the Ouray National Fish Hatchery in Utah. It emphasizes that this is a total small business set-aside and provides details such as the due date for offers, the contracting officer's contact information, and specific evaluation criteria based on value, past experience, and the ability to meet the statement of work. The contractor must comply with applicable Federal Acquisition Regulation (FAR) provisions and must submit quotations via email by the specified deadline. A site visit is encouraged for prospective bidders, and the required services must be delivered by May 30, 2025, with an effective performance period starting February 10, 2025. Important stipulations include the requirement for electronic invoicing through the U.S. Department of the Treasury's Invoice Processing Platform and adherence to wage determinations for relevant labor standards. The document specifies additional clauses and provisions that govern the contract, ensuring compliance with federal laws and standards for contractor conduct and employee rights.
Jan 15, 2025, 8:12 PM UTC
The Ouray National Fish Hatchery in Randlett, UT, is soliciting proposals for rodent remediation services to ensure a safe working environment for its employees. The required work involves removing and cleaning affected enclosures and areas contaminated by rodent activity. Contractors must be state-licensed and comply with all relevant laws and regulations. The task must be completed as soon as possible during normal working hours, with provisions for emergencies. The hatchery will provide necessary facilities, but its water is not potable. Contractor performance will be evaluated based on acceptance by U.S. Fish and Wildlife Service representatives, who will also oversee quality control. All work must align with industry standards to ensure thorough remediation of the rodent infestation and to restore the building's integrity.
Jan 15, 2025, 8:12 PM UTC
The Ouray National Fish Hatchery in Randlett, Utah, is soliciting proposals for rodent remediation and cleanup within the Hatchery Building. The primary goal is to eliminate rodent infestations, ensuring a safe working environment for employees by addressing damage from rodent droppings and urine. Interested contractors are encouraged to attend scheduled site visits to accurately gauge the project's scope, with the first visit on January 21st, 2023. Qualified contractors must possess appropriate licenses and adhere to federal, state, and local regulations. The remediation work includes removal of contaminated enclosures, cleaning and disinfecting affected areas, and installing rodent barriers while working closely with the Hatchery Manager on chemical use. All project activities are to be conducted on-site during standard working hours, necessitating rapid completion. Government acceptance of the contractor's work is contingent upon meeting specified quality assurance criteria. This initiative reflects the federal commitment to maintaining healthy environments at government facilities through effective pest management strategies.
The government file presents a comprehensive overview of Requests for Proposals (RFPs) and grant opportunities at the federal, state, and local levels. The document emphasizes the vital role that these funding mechanisms play in supporting public projects and initiatives across various sectors, including infrastructure development, education, and health services. It outlines the key components essential for stakeholders to understand when responding to RFPs, such as eligibility criteria, application procedures, and project outcomes. The document examines different types of funding sources, including direct federal grants, state-managed resources, and local government initiatives, highlighting the distinct processes involved in each. It includes guidelines for proposers to enhance their chances of success, such as demonstrating community impact, sustainability considerations, and compliance with regulatory requirements. Furthermore, the file underscores the importance of transparency and accountability in the application and allocation processes to ensure that public funds are utilized effectively. It serves as a pivotal resource for organizations seeking financial assistance, providing them with critical insights into navigating the competitive landscape of grant applications and proposals.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
WI - UPR MS RIV NATL WILDL AND FISH - Janitorial S
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Upper Mississippi River National Wildlife and Fish Refuge in the La Crosse District. The contract will cover a base year from May 1, 2025, to April 30, 2026, with the potential for four additional option years, contingent upon funding availability. These services are crucial for maintaining cleanliness and hygiene in facilities such as the Visitor Center and office areas, ensuring a welcoming environment for visitors and staff. Interested parties must submit their proposals, including technical capabilities and pricing, by April 16, 2025, with inquiries directed to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
Pest Control Maintenance Services
Buyer not available
The United States Government Publishing Office (GPO) is soliciting proposals for pest control maintenance services across its facilities in Washington, DC, and Laurel, Maryland. The primary objective is to develop and implement an Integrated Pest Management (IPM) plan to effectively manage rodent and pest issues while ensuring the health and safety of personnel in both interior and exterior areas of the buildings. This initiative underscores the GPO's commitment to maintaining a safe and pest-free working environment, adhering to federal procurement standards, and complying with environmental regulations. Interested contractors must submit their proposals by May 2, 2025, with inquiries due by April 25, 2025; for further information, contact Troy D. White at twhite@gpo.gov or Michaela Farmer at mfarmer@gpo.gov.
MS-FWS NOXUBEE-HERBICIDE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for herbicide application services at the Noxubee National Wildlife Refuge (NWR) in Mississippi, under solicitation number 140FS325Q0063. The primary objective is to manage invasive species, specifically Bicolor Lespedeza, by applying a specified herbicide mixture across approximately 124 acres, with a focus on compliance with environmental regulations and treatment protocols. This contract is set aside for small businesses and includes a base period of three months with two optional extensions, emphasizing the importance of effective habitat conservation efforts. Interested bidders must submit their proposals by April 22, 2025, with an anticipated award date of May 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
CT-FWS STEWART B MCKINNEY-PESTICIDE
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for herbicide application services at the Stewart B. McKinney National Wildlife Refuge in Connecticut, under solicitation number 140FS325Q0066. The primary objective is to control invasive swallow-wort species through a targeted chemical treatment over a 4.18-acre area, with the goal of reducing its coverage by 30% during two application phases in 2025. This initiative is crucial for restoring native plant habitats and supporting local wildlife, aligning with broader environmental management efforts. Interested small businesses must submit quotes by April 25, 2025, following a mandatory site visit on April 23, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information. The estimated budget for this project is $9.5 million.
B--ID-FWS DWORSHAK-NPDES TESTING FY25
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho. The contract aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, over a performance period from April 1, 2025, to September 30, 2029. This procurement is critical for maintaining environmental integrity and compliance with federal regulations, reflecting the government's commitment to ecological sustainability. Interested vendors must submit their offers electronically by April 14, 2025, and can contact Roger Lockhart at rogerlockhart@fws.gov or 404-679-7124 for further information.
HVAC and Remediation Services - LA
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors to provide HVAC and remediation services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The project entails the installation of a new HVAC system, ductwork replacement, and comprehensive mold remediation, all in compliance with federal and state regulations. This initiative is crucial for maintaining healthy facilities and mitigating risks associated with HVAC failures and mold growth. Proposals are due by May 8, 2025, with a project budget estimated between $100,000 and $250,000, and interested parties should contact Christine Beauregard at ChristineBeauregard@fws.gov for further details.
F--OR-SHELDON NWR-LOW TECH STRM RESTORATION
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for a federal contract focused on the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The project aims to enhance aquatic habitats by implementing restoration techniques that mimic natural structures, specifically along Thousand Creek and Fish Creek, with a performance period from May 1, 2025, to April 30, 2026. This initiative is crucial for improving stream health and biodiversity, aligning with federal and state environmental restoration efforts. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
US Coast Guard base Ketchikan Pest control Monthly Service Maintenance
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for pest control services at the USCG Base in Ketchikan, Alaska. The procurement aims to implement an Integrated Pest Management (IPM) program that includes comprehensive pest control services, focusing on sustainable practices and compliance with federal, state, and local regulations. This initiative is crucial for maintaining operational readiness and ensuring the health of personnel by effectively managing pest populations across various buildings and grounds. Interested small businesses must submit their proposals by April 23, 2025, at 12:00 PM AKST, via email to the designated contacts, Tyler Brady and Benjamin Reedy, with a focus on providing a firm-fixed-price offer based on the Lowest Price Technically Acceptable evaluation criteria.
F--WY GL GU WEED & PEST
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is soliciting quotes for weed control services at the Glendo and Guernsey Powerplant Operations Areas in Wyoming, under Solicitation No. 140R6025Q0022. The contract requires the control of woody and broadleaf weeds on federal lands, with specific performance periods from May 1, 2025, to September 30, 2030, and additional pesticide support from April 1, 2025, to March 31, 2026. This initiative underscores the federal government's commitment to environmental management and land stewardship, ensuring compliance with safety and herbicide regulations. Interested small businesses must acknowledge receipt of amendments, participate in a mandatory site inspection on April 3, 2025, and submit their proposals by the specified deadlines; for further inquiries, contact Melissa Parkison at MParkison@usbr.gov or call 801-524-3880.