R--OK-OK ESFO-TSCS NEGOTIATIONS SUPPORT
ID: 140FNR25Q0014Type: Combined Synopsis/Solicitation
AwardedJun 4, 2025
$44.7K$44,700
AwardeeNATURAL NEXUS LLC 1617 ULYSSES ST Golden CO 80401 USA
Award #:140FNR25P0007
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, NRDARFalls Church, VA, 22041, USA

NAICS

Environmental Consulting Services (541620)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the R--OK-OK ESFO-TSCS Negotiations Support contract, aimed at facilitating negotiations related to the Natural Resource Damage Assessment and Restoration (NRDAR) case at the Tulsa County Smelter Complex. The contractor will provide essential non-personnel services, including preparing presentations, reviewing technical information, and developing settlement offers, with a focus on ecological and cultural claims. This contract, which is set aside for small businesses, spans from May 1, 2025, to April 30, 2027, with an option for an additional year, and emphasizes the importance of quality control and compliance with environmental regulations. Interested parties should submit their proposals by May 7, 2025, and can direct inquiries to William Fluharty at william_fluharty@fws.gov or by phone at 703-358-2631.

    Point(s) of Contact
    Fluharty, William
    (703) 358-2631
    (703) 358-2264
    william_fluharty@fws.gov
    Files
    Title
    Posted
    The document is a Past Experience Questionnaire required for entities responding to government RFPs, federal grants, or state/local RFPs. It collects essential information about the applicant’s business, including the company's name, address, and establishment details. Key sections inquire about completed or ongoing contracts, particularly with government agencies, and require details on roles (prime contractor, joint venture, or subcontractor), scope of work, subcontracting details, durations, costs, and any quality or safety issues encountered during project execution. The form emphasizes the importance of quality control and safety measures in project management and includes a certification section for performance information by the preparer. This document serves to evaluate a company's past performance and experience in delivering government contracts, which is critical for assessing qualifications for potential future projects. Accurate completion is necessary to demonstrate capability and reliability in fulfilling contractual obligations as part of government procurement processes.
    The document addresses questions regarding contract ABC-140FNR25Q0014, focusing on payment terms and pricing structure. It clarifies that payments to the contractor will be made monthly, based on a firm fixed price (FFP) for the yearly contract value. Contractors are required to submit monthly invoices representing one-twelfth of the total annual fee. Additionally, a request to amend the pricing structure to allow billing based on hourly rates for personnel was denied, reinforcing that the contract will remain a fixed price rather than labor-hour based. The responses underscore the contract's explicit terms, emphasizing a firm pricing model to manage costs and expectations for both the government and contractors, a common approach in federal RFPs to promote budget stability and predictability in project execution.
    This document addresses specific queries related to the Performance Work Statement (PWS) for contract number 140FNR25Q0014, highlighting clarifications and necessary amendments regarding project deliverables and contractual terms. Concerns were raised about the inclusion of the "Draft final cultural claim document and database" in the PWS, which was confirmed for addition to Section 5.2. The contractor requested adjustments to due dates for deliverables, suggesting they be linked to government scheduling and that timelines in Section 5.2 be reconciled with the Performance Requirements Summary. The response confirmed revisions to the PWS to address these scheduling concerns. Additionally, a discrepancy was noted between the anticipated contract type—initially described as time and materials—and the stated firm fixed price. This inconsistency was clarified in favor of a firm fixed price structure. Lastly, the evaluation criteria for technical capability were amended to focus on demonstrating compliance with PWS requirements, with certain requirements, including job-specific safety plans and licensing, being removed. This document reflects the government’s responsiveness to contractor concerns, ensuring clarity and facilitating accurate proposal submissions.
    The document outlines a Request for Quote (RFQ) for TCSC Negotiations Support by the U.S. Fish and Wildlife Service (FWS) for the Oklahoma Ecological Services Field Office, referenced as Solicitation No. 140FNR25Q0014. The RFQ is structured according to the Federal Acquisition Regulation (FAR) and is designated as a Small Business set-aside, with an NAICS code of 541620. The performance period is set from May 1, 2025, to April 30, 2027, with an option for renewal in year one. It details pricing, performance work statements, contractor assessment procedures via CPARS, and the electronic payment process through the Invoice Processing Platform (IPP). Incorporated clauses address contractor obligations, including definitions, electronic invoicing, and safeguarding measures, particularly regarding telecommunications equipment restrictions and contractor performance reporting. The solicitation emphasizes compliance with federal laws and executive orders, particularly related to social and environmental responsibilities, such as prohibitions on child labor and requirements for fair labor standards. This RFQ serves to procure services efficiently while ensuring regulatory compliance and the engagement of small businesses in government contracts.
    The Performance Work Statement outlines a contract for Negotiations Support in the Natural Resource Damage Assessment and Restoration (NRDAR) case at the Tulsa County Smelter Complex (TCSC). This non-personnel services contract will involve managing and executing a series of tasks aimed at facilitating settlement discussions between the government and potentially responsible parties (PRPs), namely Cyprus Amax and TCI Pacific Communications. Key services include preparing presentations on ecological and cultural claims, reviewing technical information provided by PRPs, and developing settlement offers. The contract spans one base year, with an optional additional year, with a focus on timely deliverables and quality control measures. The contractor must abide by specified quality assurance standards and demonstrate significant experience in environmental regulation, negotiations, and tribal relations, particularly in natural resource damage claims. Important dates for deliverables range from 45 to 90 days post-contract initiation, with various reviews by government representatives. Overall, this document details a structured approach to address environmental damages associated with former zinc smelting operations, aiming for effective resolution and restoration efforts in collaboration with the involved parties and stakeholders.
    The document outlines an amendment to a federal solicitation under contract number 140FNR25Q0014, issued by the U.S. Fish and Wildlife Service (FWS) on April 16, 2025. The primary purpose of this amendment is to extend the submission deadline for offers to May 7, 2025, at 11:00 AM EST and to provide responses to inquiries received regarding the solicitation. Additionally, a revised Performance Work Statement (PWS) is attached, detailing changes highlighted in the Q&A section. The amendment addresses alterations to the contract regarding updated accounting and appropriation data, emphasizing that the due date for acknowledged amendments is crucial to prevent rejection of offers. The overall period of performance for the contract runs from May 1, 2025, to April 30, 2027. The document serves as a formal communication method to ensure potential contractors are aware of updates and timelines, reinforcing standard procedures in the contracting process.
    This document is an amendment (0002) to a federal solicitation (140FNR25Q0014) issued by the Fish and Wildlife Service’s Natural Resource Damage Assessment and Restoration (FWS, NRDAR). Its main purpose is to address additional questions submitted regarding the solicitation, with the responses provided in an attached FAQ dated May 1, 2025. The amendment clarifies that offers must acknowledge receipt of this amendment by several specified methods and includes stipulations about changes to already submitted offers. The period of performance for the resultant contract is outlined as being from May 1, 2025, to April 30, 2027. The document emphasizes that all other terms and conditions remain unchanged and in full force. This amendment reflects typical procedures in federal contracting, ensuring transparency and compliance in the RFP process.
    The document is a Request for Quotation (RFQ) numbered 140FNR25Q0014 issued by the Fish and Wildlife Service for TCSC Negotiations Support. The project spans from May 1, 2025, to April 30, 2027, with an option for an additional year. Suppliers are invited to provide quotes for services related to negotiations, with a delivery timeline set for April 30, 2026, and potential additional support thereafter. The RFQ outlines essential requirements and clauses, indicating its status as a small business set-aside, with specific conditions relating to past performance reporting, payment processing via the Invoice Processing Platform, and safeguarding contractor information systems. Moreover, the document incorporates numerous federal acquisition clauses and clauses concerning ethics, labor standards, and provisions related to telecommunications equipment. It stipulates compliance with multiple federal regulations and outlines the mandatory processes for invoicing and reporting past performance during and after the contract duration. This RFQ serves as a formal solicitation for commercial services, structured to ensure adherence to federal regulations while supporting the project's objectives of obtaining efficient negotiation services.
    The Performance Work Statement outlines the requirements for a contract supporting negotiations in the Tulsa County Smelter Complex Natural Resource Damage Assessment and Restoration Case in Oklahoma. The contractor is expected to provide management, supervision, and non-personnel services necessary for effective negotiation support with potentially responsible parties (PRPs). Key tasks include preparing presentations, reviewing technical information, evaluating settlement offers, and drafting cultural and ecological claims. The contract is set for one base year with an option for an additional year and emphasizes the importance of quality control and assurance. Specific qualifications for contractors include knowledge of environmental laws, negotiation experience, and history of working with tribal nations. The overarching goal is to assist the Trustees in navigating the complexities of settlement discussions relating to ecological and cultural damages caused by historical operations at the smelter facilities. The document also outlines deliverable timelines and established performance objectives to ensure adherence to the contract's standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    OK-WICHITA MTNS RFG-CONCRETE DISPOSAL
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract for concrete demolition debris removal at the Wichita Mountains Wildlife Refuge in Indiahoma, Oklahoma. The project entails the removal of approximately 15,000 tons of concrete debris, including rebar, brick, and cinderblock, with options for an additional 6,000 tons, and requires compliance with federal regulations such as the Buy American Act and Davis-Bacon Wage Rates. This contract is crucial for restoring the site to its natural state and ensuring environmental protection, with a performance period of 180 days from the notice to proceed, and work expected to commence within 5 days. Interested small businesses must contact Shanen Fox at shanenfox@fws.gov or call 503-736-4469 for further details, with the project valued between $250,000 and $500,000.
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    R2 Consultant
    Justice, Department Of
    The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is seeking proposals from qualified small businesses for a contract titled "R2 Consultant" to provide third-party professional auditing, consultation, training, and Environmental Health and Safety (EH&S) testing services for its Electronics Recycling Business Group Factories located across seven states. The contract will span a base year in 2026 with two option years in 2027 and 2028, focusing on compliance with Responsible Recycling standards, staff training, and various EH&S testing, including air and noise sampling. Proposals are due by January 2, 2026, at 2 PM EST, and must be submitted via email to the primary contact, Wesley Newell, at wesley.newell2@usdoj.gov. Interested vendors should ensure they are registered in the SAM database and adhere to all security requirements associated with the correctional facilities where the work will be performed.
    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.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.
    R--Conflict Management Services - Internal
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for a single-award, five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Conflict Management Services to support its Office of Collaborative Action and Dispute Resolution (CADR). The contract will encompass a range of services, including mediation, facilitation, assessment, process design, and training, with an estimated 35-50 task orders issued annually, approximately 25 of which will be related to Equal Employment Opportunity (EEO) matters. This procurement is a total small business set-aside under NAICS code 541612, with a maximum ceiling value of $8 million and a guaranteed minimum order value of $25,000. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadline, with the contract performance period running from January 17, 2026, to January 16, 2031. For further inquiries, interested parties can contact Michelle Harvey at michelleharvey@ibc.doi.gov or by phone at 571-842-1131.
    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.
    Missouri River Recovery Management Plan Adaptive Management Support
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is seeking proposals for the Missouri River Recovery Management Plan Adaptive Management Support. This procurement involves providing non-personal services to support the implementation of the final Missouri River Recovery Management Plan Environmental Impact Statement (MRRMP-EIS) and the U.S. Fish and Wildlife Service Biological Opinion, while participating as a member of the Technical Team. The contract is a firm fixed price service award, emphasizing performance-based outcomes, and will be open for unrestricted full and open competition. Interested contractors must register in the System for Award Management (SAM) and are advised that the solicitation will be issued around December 17, 2025, with a closing date expected on January 9, 2026. For further inquiries, potential bidders can contact Tina L. Keimig or Nadine Catania via their provided emails.
    Mowing, Janitorial, Park Cleaning and Herbicide Application Services at Copan and Hulah Lakes, OK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified contractors to provide mowing, janitorial, park cleaning, and herbicide application services at Copan and Hulah Lakes in Oklahoma. The procurement is set aside for small businesses and requires contractors to submit offers that include specific documentation, such as a signed solicitation page, pricing schedules, and a Commercial Herbicide Applicator's license. This opportunity is crucial for maintaining the cleanliness and upkeep of the parks, ensuring a safe and enjoyable environment for visitors. Interested parties must submit their quotes electronically via the PIEE Solicitation Module by the deadline of December 11, 2025, and are encouraged to attend a site visit on December 1, 2025, for further insights into the project. For additional inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073.