OR-SHELDON NWR-LOW TECH STRM RESTORATION
ID: 140FS125Q0048Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA

NAICS

Environmental Consulting Services (541620)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 7:00 PM UTC
Description

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 roger_lockhart@fws.gov or by phone at 404-679-7124.

Point(s) of Contact
Lockhart, Roger
(404) 679-7124
(404) 679-4057
roger_lockhart@fws.gov
Files
Title
Posted
The document outlines required contract terms and conditions that contractors must comply with in federal acquisitions of commercial products and services. It references several Federal Acquisition Regulation (FAR) clauses that implement legal provisions or executive orders, such as prohibitions on certain contracting arrangements, requirements related to small business utilization, and protections for whistleblowers. Key clauses include mandates for accelerated payments to small business subcontractors, compliance with labor standards, and regulations regarding employee rights in various contexts. The document also specifies the contractor's obligations concerning record retention and access for audit purposes, along with flow-down requirements for certain clauses to subcontractors. Overall, this file serves to ensure compliance with federal laws and policies in government contracting processes while supporting transparency and accountability in contracts involving commercial items and services.
Apr 9, 2025, 1:09 PM UTC
The U.S. Department of Labor's Wage Determination No. 2015-5601 outlines minimum wage rates and fringe benefits for workers under the Service Contract Act, particularly applicable in Nevada counties. Effective January 30, 2022, contracts entered into or renewed after this date require a minimum wage of $17.75 per hour for covered workers. If contracts were awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30 per hour. The document lists various occupations and their respective minimum hourly rates, emphasizing compliance with Executive Orders governing wage standards. Additionally, it specifies obligations related to paid sick leave, health benefits, vacation, and holidays. The wage rates and conditions aim to ensure fair compensation and worker protections for federal contract workers, guiding employers in adhering to legal wage requirements while fostering workforce welfare.
Apr 9, 2025, 1:09 PM UTC
The document outlines the project aimed at implementing low-tech, process-based restoration techniques for degraded streams within the Sheldon National Wildlife Refuge. It presents a map identifying various ecological zones including core habitat areas, growth opportunity areas, and stream restoration reaches. The project intends to improve stream health and enhance biodiversity by restoring natural processes in the affected waterways. This initiative aligns with federal and state environmental restoration efforts, likely under a Request for Proposals (RFP) or grant framework aimed at supporting ecological conservation projects. The map serves as a visual aid, clearly delineating areas of focus and potential intervention sites, indicating a structured approach to ecological restoration within the specified refuge. Overall, the project demonstrates a commitment to rehabilitating vital natural habitats while engaging with relevant regulatory frameworks and methodologies.
Apr 9, 2025, 1:09 PM UTC
Apr 9, 2025, 1:09 PM UTC
Apr 9, 2025, 1:09 PM UTC
The document outlines Amendment 0001 to solicitation number 140FS125Q0048, related to a government contract concerning a project near Falls Church, Virginia. This amendment provides essential updates regarding the acknowledgment of the amendment, including instructions for submitting offers and changes to previously submitted bids. Importantly, the amendment addresses a query about the lengths of the channels involved in the project, specifying that the work will encompass 1.5 miles of Thousand Creek and 2.3 miles of Fish Creek. There are no other modifications to the solicitation, and the receipt deadline for offers remains unchanged. The period of performance for the project is set from April 1, 2025, to December 31, 2025. This amendment reflects efforts to ensure clarity and adherence to updated Department of Interior policies while facilitating the contracting process for the stated project. The overall objective is to communicate necessary changes effectively to all potential contractors involved in the bidding or execution of the contract.
Apr 9, 2025, 1:09 PM UTC
The document is an amendment to solicitation number 140FS125Q0048, issued to modify the terms of the procurement process. It specifically updates the hour and date for the receipt of offers to 04/02/2025 at 1400 ED, with a performance period set from 04/01/2025 to 12/31/2025. The amendment lays out the requirements for contractors to acknowledge receipt of the amendment, which can be done through various methods like acknowledgment on offer copies or electronic communication. Importantly, the amendment notes that failure to acknowledge receipt timely may result in the rejection of the offer. It emphasizes that no additional changes were made beyond the adjustment of the submission deadline. The document concludes with a statement ensuring that all other terms and conditions remain unchanged and in effect. This amendment serves to streamline the procurement process while ensuring compliance with updated timeline requirements.
Apr 9, 2025, 1:09 PM UTC
The document outlines Amendment 0003 to solicitation number 140FS125Q0048, modifying a federal project related to Low-tech Process Based Restoration of Degraded Streams at Sheldon National Wildlife Refuge. It details changes to the Period of Performance (PoP), now set from May 1, 2025, to April 30, 2026, and addresses bidder inquiries regarding project timelines and available government resources. The amendment clarifies that no aquatic resource delineations exist and budgetary details will not be disclosed. Offerors must acknowledge receipt of this amendment to prevent their offers from being rejected. All other terms remain unchanged. The response to questions is intended to support better understanding and compliance among potential contractors, ensuring a transparent bidding process while adhering to recent policy updates from the Department of the Interior.
Apr 9, 2025, 1:09 PM UTC
The document is an amendment (0004) to a previously issued federal solicitation (140FS125Q0048) concerning modifications to contract/orders. This amendment clarifies requirements for offerors, emphasizing the necessity of acknowledging receipt to avoid rejection of offers. It reiterates that system updates may lag behind policy updates, particularly concerning the System for Award Management (SAM) representations that may not be reflected in agency solicitations. The amendment states that agencies will not consider certain representations and that entities are not required to update SAM to remove these representations. Additionally, it specifies that the period of performance for the contract is set from May 1, 2025, to April 30, 2026. There are no extensions to the deadline for receiving offers, and all terms and conditions remain unchanged. This document serves to ensure compliance and clarity for potential contractors engaged in government work, enhancing communication regarding contract requirements.
Apr 9, 2025, 1:09 PM UTC
Amendment 0005 to solicitation 140FS125Q0048 is issued to enhance project details by adding location maps and project coordinates for the Thousand Creek and Fish Creek areas. The amendment notes that the hour and date for receipt of offers is extended to April 16, 2025, at 1500 ED, with the performance period running from May 1, 2025, to April 30, 2026. Due to recent precipitation, access to the Fish Creek site may be restricted; thus, site visits are scheduled for April 4 and April 9, 2025, only at the Thousand Creek location. While the sites remain open to public access, caution is advised against traveling on wet or muddy roads to prevent erosion and vehicle entrapment. The amendment also indicates that further updates may arise from inquiries received, ensuring clarity and transparency in the proposal process. Overall, this amendment aims to provide essential logistical information to facilitate vendor participation in the solicitation process for the respective contract.
Apr 9, 2025, 1:09 PM UTC
Amendment 0006 of Solicitation No. 140FS125Q0048 addresses questions from prospective offerors regarding a project under the U.S. Fish and Wildlife Service (USFWS). Key queries include the feasibility of a phased approach for project tasks, clarification on the review and approval process involving USFWS personnel, and external stakeholder involvement related to water rights. The amendment confirms that the refuge manager and project leader are primarily responsible for project oversight, with potential consultation from biological staff. Additionally, the responses indicate that water rights concerns are unlikely due to the project’s location within the refuge and relevant permitting requirements. Stakeholders such as the Nevada Department of Wildlife may be consulted during the project, particularly regarding habitat conditions. The amendment also reiterates that the deadline for proposals has been extended to April 16, 2025, with a final performance period from May 1, 2025, to April 30, 2026. Overall, this document serves to clarify essential details for contractors to ensure compliance and understanding of project requirements as the solicitation process progresses.
Apr 9, 2025, 1:09 PM UTC
The document outlines a Request for Quotations (RFQ) from the U.S. Fish and Wildlife Service for a project focused on the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The contract, designated as a Total Small Business Set-Aside, calls for qualified contractors to design and implement restoration techniques that mimic natural structures to improve aquatic habitats. The work is scheduled from April 1, 2025, to December 31, 2025, primarily along Thousand Creek and Fish Creek, requiring manual construction of structures like log jams to enhance stream health. Contractors are responsible for obtaining environmental permits, including water quality certifications, ensuring compliance, and reporting on project outcomes. Additionally, the RFQ specifies the importance of eco-friendly practices and mandates that contractors register with the System for Award Management (SAM) for eligibility. Key contacts for this project are provided for contractors to clarify project details or submission protocols, reinforcing the government’s commitment to improving environmental sustainability and ensuring detailed monitoring throughout the restoration process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
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.
Y--GA PIEDMONT NWR RESTROOM FOUNDATION
Buyer not available
The U.S. Fish and Wildlife Service is seeking contractors for the repair of restroom and shower facilities at the Piedmont National Wildlife Refuge in Hillsboro, Georgia. The project involves stabilizing the Pippins Lake Comfort Station, which has experienced significant structural deficiencies, by driving piers to support the building slab and ensuring operational status during construction. This initiative underscores the government's commitment to maintaining public resources within national wildlife refuges while adhering to strict safety and environmental regulations. Interested small businesses must submit their bids by April 10, 2025, with a total project cost estimated to be less than $25,000 and a completion deadline of June 30, 2025. For further inquiries, contractors can contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
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.
S--JANITORIAL SERVICES Noxubee NWR, MS
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for janitorial services at the Noxubee National Wildlife Refuge in Mississippi. The contract requires weekly cleaning of the Visitor Center restrooms and a vault toilet at Bluff Lake Boat Ramp, ensuring high standards of cleanliness and hygiene for public facilities. This procurement is vital for maintaining a safe and welcoming environment for visitors, with a focus on compliance with federal regulations and standards. Interested small business contractors must submit their proposals by April 23, 2025, including a completed SF 1449 form, and are encouraged to attend mandatory site visits on April 10 and April 16, 2025. For further inquiries, contact Stephanie Long at stephanielong@fws.gov or by phone at 404-679-4059.
NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide upfit services for emergency vehicles, specifically Ford F-150 trucks, to enhance the safety and functionality of Federal Wildlife Officers. The project requires the installation of emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to strict quality and safety standards while minimizing modifications to maintain vehicle resale value. This initiative is crucial for ensuring that wildlife law enforcement personnel are equipped with reliable and effective vehicles for their duties. Interested vendors must submit their quotes by April 18, 2025, with a delivery deadline set for September 30, 2025. For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
OK DEEP FORK NWR CULVERT BOX
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the construction of a box culvert at the Deep Fork National Wildlife Refuge in Okmulgee County, Oklahoma. The project involves the installation of concrete structures, including box culverts and approach drives, while ensuring compliance with environmental regulations and federal standards. This initiative is crucial for enhancing infrastructure at national wildlife refuges while promoting habitat protection and sustainability. Interested small businesses must submit sealed offers by the specified deadlines, with the anticipated contract value ranging from $100,000 to $250,000, and work expected to commence by June 10, 2025, and conclude by October 10, 2025. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
Z--REHAB FISH HATCHERY ROAD, ENNIS NFH, MT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking contractors for the rehabilitation of Fish Hatchery Road located at the Ennis National Fish Hatchery in Montana. This project falls under the category of highway, street, and bridge construction, specifically focusing on the repair or alteration of roads and related infrastructure. The work is crucial for maintaining access to the hatchery, which plays a vital role in fish conservation and management efforts. Interested small businesses are encouraged to reach out to Shanen Fox at shanenfox@fws.gov or call 503-736-4469 for further details, as this opportunity is set aside for total small business participation.
FL ST MARKS NWR BIL TREE PLANTING
Buyer not available
The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for a project involving the mechanical seeding of wiregrass at the St. Marks National Wildlife Refuge in Wakulla County, Florida. The contract requires the supply and planting of 1,780 pounds of wiregrass seed over 178 acres, with the planting period scheduled from December 1, 2025, to January 31, 2026. This initiative is part of a broader effort to restore native vegetation and enhance ecosystem health within the refuge, adhering to federal regulations and environmental standards. Interested vendors must submit their proposals by May 2, 2025, and can direct inquiries to Terrence Anderson at terrenceanderson@fws.gov or by phone at 682-294-0280.
WV-OHIO RIVER ISLAND NWR-ROOF SHINGLE REPLACEMENT
Buyer not available
The U.S. Fish and Wildlife Service is soliciting bids for the replacement of roof shingles on the Middle Island Shop building located at the Ohio River Islands National Wildlife Refuge in Williamstown, WV. This project involves the removal and replacement of approximately 6,900 square feet of roofing materials, necessitated by the current asphalt shingles exceeding their 30-year lifespan, to ensure the building's structural integrity and prevent water damage. The contract, valued between $25,000 and $100,000, is a total small business set-aside and emphasizes compliance with federal regulations, including the Davis-Bacon Act and the "Buy American" Act. Interested contractors must submit sealed bids by the specified deadline, with a mandatory site visit required, and the project is scheduled to commence between May 1 and September 15, 2025. For further inquiries, potential bidders can contact Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.