Bird Collision Deterrent Film Material and Install
ID: 140FS325Q0061Type: Solicitation
Overview

Buyer

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

NAICS

Environment, Conservation and Wildlife Organizations (813312)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER WILDLIFE MANAGEMENT (F019)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The U.S. Fish and Wildlife Service is seeking qualified contractors to provide and install Bird Collision Deterrent Film on the windows of the Headwaters Lodge at the National Conservation Training Center (NCTC) in Shepherdstown, West Virginia. The project aims to mitigate bird collisions by installing approximately 3,165 square feet of specialized film on 22 designated windows, with the installation expected to be completed by June 30, 2025. This initiative is crucial for enhancing wildlife conservation efforts and ensuring the safety of birds in the area. Interested contractors must submit their signed quotes, including technical descriptions and pricing, by April 7, 2025, and can contact Merenica Banks at merenica_banks@fws.gov for further information.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 8:05 PM UTC
The U.S. Fish and Wildlife Service's National Conservation Training Center (NCTC) seeks to procure and install Bird Collision Deterrent Film on the windows of the Headwaters Lodge. With a significant number of bird collisions reported annually, this initiative aims to address this conservation concern while enhancing the bird-safe features of the facility. The project includes supplying 3,165 square feet of film, with specific patterns chosen by NCTC, and a contractor will handle the installation for 22 identified windows while Service personnel will install the film on the remaining windows. The contractor will ensure proper cleaning of window surfaces and provide necessary equipment for safe installation, coordinating efforts to minimize disruption at the center. The installation is scheduled to be completed by June 30, 2025, with film material ordered for delivery by April 30, 2025. Proposal evaluations will focus on overall value rather than just cost, emphasizing material and performance quality to align with NCTC's conservation goals. The project is situated at NCTC in Shepherdstown, West Virginia, and spans from the contract award date through October 31, 2025.
Mar 26, 2025, 8:05 PM UTC
The document outlines a Request for Qualifications (RFQ) related to the procurement of bird collision deterrent film material and installation services. It specifies the requirement for installation on 22 windows, with a price schedule included for bidders to indicate their unit and total prices. The form is structured to capture essential details about the bid, including the company name and unit of measure. This RFQ aims to enhance safety by reducing bird collisions, thus indicating a commitment to wildlife conservation within the context of federal or state contracting practices. The concise format suggests it is tailored for precise responses from potential contractors, streamlining the bidding process for these installation services. Overall, the RFQ reflects the government’s initiative to engage contractors for environmental protection measures effectively.
Mar 26, 2025, 8:05 PM UTC
The document is a request for qualifications (RFQ) related to the solicitation number 140FS325Q0061, primarily focusing on the past experience and references of bidders. It establishes that all participants must detail their relevant experience across up to three similar contracts pertaining to the scope of work. Each experience entry must include specific contract details, total contract value, agency information, contact details, and a brief description of the duties performed. An emphasis is placed on providing accurate references, including a point of contact for verification. The document instructs bidders to submit this information via email by the specified due date. This RFQ is critical for assessing past performance to ensure qualified bidders are considered for the contract. Overall, it outlines the necessary documentation for evaluating potential service providers for government contracts in accordance with federal guidelines.
Mar 26, 2025, 8:05 PM UTC
The document appears to be related to federal and state/local requests for proposals (RFPs) and grants, focusing on the structure and guidelines for such initiatives. It includes regulatory frameworks, eligibility criteria, funding allocations, and the importance of compliance with legal standards. Key areas of emphasis involve the need for transparency in the bidding process, clear communication of project expectations, and adherence to budgetary constraints. Additionally, the document addresses the necessity for thorough documentation and justification of expenses, along with guidelines for project management and performance evaluation. Compliance with local, state, and federal regulations is crucial for both applicants and funders. The overall tone suggests a formal approach to ensure accountability and efficacy in public funding initiatives, reflecting the government’s commitment to responsible financial stewardship and public safety in funded projects.
Mar 26, 2025, 8:05 PM UTC
The document outlines a Request for Quotation (RFQ) issued by the U.S. Fish and Wildlife Service for the installation of Bird Collision Deterrent Film at the National Conservation Training Center. The RFQ encourages full and open competition, targeting organizations within the Environment Conservation and Wildlife sector, with a budgetary consideration set under the $19.5 million small business size standard. The procurement follows FAR Part 13 Simplified Acquisition Procedures. Key evaluation criteria include the contractor's past experience, technical capability, registration status in the System for Award Management (SAM), and pricing. Interested contractors must submit a signed quote by April 7, 2025, with a technical description, pricing, and relevant documentation. The requirement emphasizes domestic supply, adherence to environmental standards, and compliance with various federal regulatory clauses regarding labor, equal opportunity, and contracting integrity. The installation of the film aims to mitigate bird collisions at the facility, with a clear expected delivery date by October 31, 2025. Overall, this RFQ serves to enhance wildlife conservation efforts while creating opportunities for eligible contractors to participate in federal projects.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
OR-BASKETT SLOUGH NWR-CACKLER BRIDGE
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the design and construction of the Cackler Marsh Bridge at Baskett Slough National Wildlife Refuge in Dallas, Oregon. Contractors are required to submit sealed bids for a firm fixed-price construction contract, which includes providing all necessary labor, materials, and supervision to fulfill the project's specifications and drawings. This infrastructure project is significant for enhancing access and conservation efforts within the refuge, with a contract value estimated between $500,000 and $1 million, and work expected to commence on June 12, 2025, and conclude by December 31, 2026. Interested contractors should direct inquiries to Jessica Tines at jessicatines@fws.gov and ensure compliance with all outlined requirements, including securing performance and payment bonds.
AL DEEP HORIZON NRDA & RESTOR AE. IMAGES
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide high-resolution aerial imaging services as part of the Deepwater Horizon Natural Resource Damage Assessment and Restoration program. The contract involves delivering seven key deliverables, including five periods of imagery focused on bird populations at North Breton Island, Louisiana, between May 1, 2025, and September 30, 2025. This initiative is crucial for monitoring and restoring ecosystems affected by the Deepwater Horizon oil spill, ensuring that the imagery meets stringent quality standards and compliance with federal regulations. Interested bidders should submit detailed quotations and can direct inquiries to William Fluharty at williamfluharty@fws.gov, with the total contract value not exceeding $9 million and a focus on small business participation.
MS-FWS NOXUBEE NWR-HERBICIDE AERIAL
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for aerial herbicide application services at the Noxubee National Wildlife Refuge in Mississippi, under Solicitation Number 140FS325Q0074. The project aims to manage aquatic invasive and pest plants, specifically targeting species such as American Lotus and alligator weed, with operations scheduled between June 15 and September 1, 2025. This procurement is crucial for effective environmental management and supports small businesses, as it is set aside for total small business participation. Interested contractors must submit their proposals, including past performance references and pricing, by May 6, 2025, and can contact Merenica Banks at merenicabanks@fws.gov for further information.
WA COLUMBIA RIVER FPO FISH MARKING IDIQ
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the WA Columbia River Fish Marking Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing fish marking services across various locations in Washington, Oregon, and Idaho. This procurement seeks to engage multiple awardees to fulfill the requirements for fish marking in jurisdictions including Carson, Cascade Locks, Ahsahka, Estacada, Entiat, Leavenworth, Cook, Underwood, Warm Springs, and Winthrop. The contract is significant for the management and conservation of fisheries resources, ensuring compliance with federal regulations and promoting participation from small and diverse businesses. Interested parties must submit their proposals by May 7, 2025, with the contract period commencing on June 30, 2025, and lasting until June 29, 2030. For inquiries, contact Robert Sung at robertsung@fws.gov or call 503-872-2825.
PA-JOHN HEINZ NWR AT TINICUM-HERBICIDE
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified vendors to provide aerial herbicide application services at the John Heinz National Wildlife Refuge at Tinicum, targeting invasive plant species such as Phragmites australis and Lythrum salicaria. The project requires vendors to supply all necessary equipment, labor, and materials to achieve a minimum of 90% coverage over up to 100 acres during the translocation season from August 15 to October 20, 2025, while adhering to safety regulations and herbicide label instructions. This initiative is part of the government's broader commitment to invasive species management and environmental preservation. Interested parties must submit their quotations by May 6, 2025, and are encouraged to direct any questions to Merenica Banks at merenicabanks@fws.gov.
BLM-CO GFO WOODLAND RAPTOR SURVEY
Buyer not available
The Bureau of Land Management (BLM) is soliciting proposals for the Woodland Raptor Survey project in Colorado, aimed at conducting raptor surveys across approximately 16,367 acres in the Gunnison Field Office. The contractor will be responsible for providing labor, equipment, and materials to perform broadcast call surveys and nest searches for woodland raptors, adhering to specific survey protocols and guidelines outlined in the Statement of Work. This initiative is crucial for informing future fuels reduction projects and ensuring wildlife management and ecological monitoring in the region. Interested parties must submit their proposals by May 2, 2025, with a pre-bid virtual conference scheduled for April 17, 2025. For further inquiries, contact Anthony Morales at amorales@blm.gov or 303-239-3630.
Items for Nuisance Pigeon Mitigation Project
Buyer not available
The U.S. Consulate General in Erbil, Iraq, is seeking qualified vendors to provide supplies for a Nuisance Pigeon Mitigation Project, aimed at managing and mitigating the presence of pigeons in designated areas to ensure a clean and safe environment. The procurement includes various items such as bird netting, aluminum flashing, bird spikes, and stainless steel cable ties, with specific quantities and models outlined in the associated Request for Quotation (RFQ) PR15183556. This initiative is crucial for maintaining operational efficiency and security at the consulate, reflecting a structured approach to facility management. Interested vendors must submit their quotations by May 7, 2025, and can contact Matthew Mayberry at erbilprobid@state.gov or Bazar Kareem at erbilcontracts@state.gov for further information.
Z--GAOA - Browns Park NWR Butler Storage Building Reh
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge in Maybell, Colorado. The project aims to enhance the building's functionality, safety, and energy efficiency, involving significant renovations such as replacing bay doors, updating lighting and ventilation systems, and installing safety features like emergency showers and GFCI outlets. This initiative underscores the government's commitment to maintaining and upgrading federal facilities to meet modern standards. Interested contractors must submit their proposals by May 8, 2025, with a budget range of $250,000 to $500,000, and can direct inquiries to Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349.
FY25 WEST ENTERANCE CANOPY GLASS
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to supply and install a replacement glass panel canopy at the West entrance of Gateway Arch National Park in St. Louis, Missouri. The project aims to address safety concerns due to a cracked glass panel, requiring contractors to conduct a site assessment and install a multi-layered glass panel with snowmelt capabilities, while adhering to federal, state, and local regulations. This procurement underscores the importance of maintaining national park infrastructure to ensure visitor safety and preserve historical integrity. Interested contractors must submit their quotations by May 7, 2025, and can contact Joseph Bac at josephbac@nps.gov or 402-800-8733 for further details.