Mulching Hazardous Fuels, Brazoria NWR, TX
ID: 140FS225Q0046Type: Solicitation
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- TREE THINNING (F014)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Feb 7, 2025, 10:00 PM UTC
Description

The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide mulching services for hazardous fuels at the Brazoria National Wildlife Refuge in Texas. The project involves mulching approximately 63.2 acres of trees and brush to mitigate fire hazards, with work scheduled to commence around September 1, 2025, and conclude by February 28, 2026. This initiative is critical for managing wildfire risks and protecting both government and private lands, while ensuring compliance with environmental regulations and safeguarding endangered species. Proposals are due by 5:00 PM ET on February 7, 2025, and interested vendors must submit their technical and price proposals separately, with emphasis on technical capabilities and past experience. For further inquiries, contact Darla Freyholtz at darla_freyholtz@fws.gov or call 701-339-3829.

Point(s) of Contact
Files
Title
Posted
Jan 21, 2025, 9:12 PM UTC
The 2024-2025 Fire/BIL Money Contract for the Brazoria National Wildlife Refuge in Texas focuses on mulching 63.2 acres of hazardous fuels to prevent wildfires that threaten government and private lands. The contractor is responsible for providing all necessary resources including personnel, equipment, and supervision while adhering to performance standards set by the U.S. Fish and Wildlife Service (USFWS). Work is scheduled to commence around September 1, 2025, and must be carefully coordinated to protect endangered species and minimize disturbances. Compliance with local, state, and federal regulations is mandatory, including measures to safeguard wildlife and avoid environmental damage during operations. The contractor will maintain communication with the USFWS via regular progress reports and is held accountable for any negligence or violations that may occur. The document outlines supervision, performance requirements, deliverables, quality assurance plans, and the need for ongoing public safety throughout the project duration. This initiative reflects the USFWS's commitment to responsible wildlife habitat management and public safety in the face of increasing wildfire risks.
Jan 21, 2025, 9:12 PM UTC
The document outlines Wage Determination No. 1977-1427, revised on December 23, 2024, by the U.S. Department of Labor's Wage and Hour Division. It specifies minimum wage rates for service contracts under the Service Contract Act (SCA) applicable to federal contracts in Texas. Contracts entered into after January 30, 2022, must pay at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $13.30 per hour unless higher rates are specified. Additionally, it details fringe benefits including health and welfare, vacation, and holiday benefits for specified occupations related to forestry and land management. The document also discusses the process for requesting additional classifications and wage rates, emphasizing that wages and benefits must align with applicable executive orders and federal regulations. Overall, it provides essential guidelines for contractors to ensure compliance with labor standards in federal service contracts, reinforcing worker protections and fair compensation.
Jan 21, 2025, 9:12 PM UTC
The document outlines requirements for bidders applying for government contracts, specifically focusing on their past experience and references. Bidders must detail up to three relevant contracts which reflect their capabilities in handling projects of similar complexity and scale as outlined in the Scope of Work. Each experience entry should include essential information such as contract type, total value, the agency served, and contact details for verification. A description of duties performed under each contract is also required to assess the bidder's qualifications. Additionally, any relevant training that could enhance performance should be noted. The bidding submissions must be sent to a specified email address by the deadline stated in the solicitation. This process emphasizes the importance of past performance in government procurement activities, aligning with best practices for evaluating contractor reliability and effectiveness.
Jan 21, 2025, 9:12 PM UTC
The U.S. Fish and Wildlife Service is soliciting quotes for a project to mulch hazardous fuels on approximately 63.2 acres of Brazoria National Wildlife Refuge in Texas. This acquisition is set aside for small businesses under RFQ No. 140FS225Q0046, with proposals due by 5:00 PM ET on February 7, 2025. Contractors are encouraged to attend a site visit on February 4, 2025, to familiarize themselves with the project location and conditions. Interested vendors must submit technical and price proposals separately, emphasizing their technical approach, past experience, required certifications, and project timelines. Selection will prioritize technical capabilities and experience over price. A firm fixed-price contract will be awarded to the proposal offering the best overall value, even if it is not the lowest cost. Registration in the System for Award Management (SAM) is mandatory for eligibility. Proposals must be submitted via email. Late or incomplete submissions will not be accepted. The document reflects standard practices in government solicitations, aiming to ensure fair competition and quality service provision by small businesses in line with federal procurement policies.
Jan 21, 2025, 9:12 PM UTC
The document outlines a Request for Proposal (RFP) for mulching hazardous fuel vegetation at the Brazoria National Wildlife Refuge in Texas. The government intends to award a firm fixed-price contract for the project, which entails the mulching of 63.2 acres of trees and brush to mitigate fire hazards. Key dates include an offer due date of January 21, 2025, and a delivery period from September 1, 2025, to February 28, 2026. The evaluation criteria prioritize technical experience, compliance with wage determinations, and past performance over price, with a clear emphasis on providing substantial technical proposals. Contractors are required to adhere to various Federal Acquisition Regulation (FAR) clauses, ensuring compliance with labor standards and other regulations. The document includes points of contact for technical inquiries and emphasizes the importance of using the Invoice Processing Platform (IPP) for payments. Additionally, it incorporates provisions to reduce single-use plastics in supplied products and encourages accountability in reporting progress. Overall, this RFP represents a federal effort to manage environmental hazards while promoting responsible procurement practices among contractors.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
F--Herbicide application, ST. MARKS NWR-FL
Buyer not available
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 fredriley@fws.gov or by phone at 413-253-8738.
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.
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.
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.
2025 Annual Review National Type 2 Firefighter Crews
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is soliciting offers for the 2025 Annual Review of National Type 2 Firefighter Crews through solicitation number 1202SC21Q0001. The procurement aims to establish multiple Blanket Purchase Agreements (BPAs) for commercially available Type 2 qualified wildfire crews to assist with fire suppression and emergency response activities across the United States. These services are crucial for effective wildfire management and ensuring public safety during emergencies. Interested small businesses must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and are encouraged to acknowledge the recent amendment to the solicitation, which includes updated contract clauses and wage determinations. For inquiries, potential contractors can contact Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.
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.
F--PASS CREEK HANDTHINNING
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotes for the Pass Creek Hand Thinning project located in Poncha Springs, Colorado. This federal contract involves cutting and piling conifer tree species across an 80-acre riparian zone to enhance wildlife habitat and improve tree vigor, with a focus on environmentally responsible practices. The project is part of a broader initiative to manage natural resources and maintain ecological integrity, emphasizing the government's commitment to conservation and habitat restoration. Interested contractors must submit their quotes by March 12, 2025, and acknowledge receipt of amendments to the solicitation, with the contract period set from March 21, 2025, to December 15, 2025. For further inquiries, contractors can contact Daniel Rosales at drosales@blm.gov.
W--PR-VIEQUES NWR-/RVQ17-EQUIPRENTAL
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the rental of heavy equipment to support the rehabilitation of RT015 Playa Grande Road and the Punta Conejo Parking area at Vieques National Wildlife Refuge in Puerto Rico. The project encompasses approximately 3.5 miles of roadway and 1,150 square yards of parking area, with a performance period scheduled from March 4, 2025, to July 3, 2025. This initiative is crucial for maintaining infrastructure within protected areas, reflecting the government's commitment to environmental preservation and community service. Interested small businesses must submit their proposals by 4:00 PM on March 3, 2025, and can direct inquiries to Keith Rose at keithrose@fws.gov or by phone at 612-713-5423, with an estimated contract value of $40 million.