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
    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 scheduled for completion by June 30, 2025. This initiative is part of broader wildlife conservation efforts, emphasizing the importance of reducing bird fatalities and enhancing the facility's bird-safe features. Interested contractors must submit their quotes, including technical descriptions and pricing, by the revised deadline of May 30, 2025, and can direct inquiries to Merenica Banks at merenica_banks@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    This amendment to Solicitation 140FS325Q0061 outlines modifications to the project scope regarding the installation of bird deterrent film and markers on windows. Key additions include specifications for the film, which promotes visibility without permanent adherence, leaving removable window "markers" made of cast vinyl with a 15-year lifespan. The approved products specified are Feather Friendly's Large-Scale Pro White Markers and CollidEscape's PRO GRADE commercial volume white dot film. Furthermore, the amendment highlights that the installation process must comply with the manufacturer's instructions, ensuring windows are cleaned and dried, and temperature-related guidelines are observed during application. This document reflects a federal initiative focused on environmental conservation through the use of bird deterrent measures, emphasizing the importance of proper product application and compliance with industry standards.
    The document pertains to an amendment for the U.S. Fish and Wildlife Service's solicitation FS325Q0061 regarding the NCTC Headwaters Lodge Bird Collision Deterrent Project. The amendment primarily serves to extend the bid due date for contracting purposes. It specifies that offers must acknowledge receipt of the amendment by a designated time to be considered valid. The project entails the purchase and installation of Bird Collision Deterrent Film on windows at the Headwaters Lodge. The new quote due date is set for May 30, 2025. Additionally, all other existing terms and conditions remain unchanged. Key documents related to the solicitation, including the scope of work and price schedule, are provided as attachments. The contracting officer for inquiries is Merenica Banks, emphasizing the requirement for written questions only. This amendment illustrates the federal process of soliciting bids for environmental projects, ensuring compliance with established procurement protocols.
    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
    Similar Opportunities
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Red-cockaded woodpecker Monitoring
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors to provide monitoring and inventory services for the Red-cockaded Woodpecker (RCW) on the Croatan National Forest in North Carolina. The contractor will be responsible for furnishing all necessary equipment, labor, transportation, and supervision to conduct RCW cluster and tree inventories, group checks, project-level inventories, and the painting and tagging of RCW trees, with the goal of monitoring 100% of known clusters annually. This initiative is crucial for the conservation of the RCW species, which is listed as endangered, and involves detailed data collection and adherence to specific protocols outlined in the contract. Quotes are due by December 18, 2025, at 2:00 PM ET, and interested parties should contact Marian Feist at marian.feist@usda.gov for further information.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of an above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank on an existing concrete pad, and reconnection of supply lines and equipment for an emergency generator. This upgrade is crucial for maintaining safe and compliant operations at the hatchery, which will continue during the project, necessitating careful coordination with the hatchery's point of contact. Interested contractors should note that the estimated construction cost ranges from $25,000 to $100,000, with a firm-fixed-price contract anticipated to be awarded in July 2025. A site visit is scheduled for January 7, 2026, and all questions must be submitted by January 8, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.