F--Tree Planting Units 1,2, &3, Bayou Sauvage Urban
ID: 140FS324Q0204Type: Solicitation
Overview

Buyer

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

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST TREE PLANTING (F005)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking qualified contractors for a tree planting project at the Bayou Sauvage Urban National Wildlife Refuge in Louisiana, specifically for Units 1, 2, and 3. The project aims to restore bottomland hardwood habitats by hand-planting 100,485 native bare root seedlings, primarily oak species and baldcypress, over a period from December 15, 2024, to March 15, 2025. This initiative is crucial for enhancing native plant diversity and combating invasive species, aligning with broader environmental conservation goals. Interested small businesses must submit their quotes by September 13, 2024, and can direct inquiries to Contract Specialist Fred Riley at fred_riley@fws.gov or 413-253-8738.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bayou Sauvage Urban National Wildlife Refuge is initiating a tree planting project to restore bottomland hardwood habitats over 231 acres within New Orleans East. Funded through the Inflation Reduction Act, the project aims to address the challenges posed by invasive species and enhance native plant diversity. The contractor is responsible for hand-planting 100,485 native bare root seedlings, predominantly including various oak species and baldcypress, between December 15, 2024, and March 15, 2025. Key requirements include notification to the Government Representative prior to work commencement, adherence to robust sanitation procedures to prevent the spread of invasive species, and maintaining a seedling survival guarantee of at least 70% one year post-planting. Moreover, all tree seedlings must originate from regional nurseries to ensure climate compatibility. The contract lays out detailed specifications for planting methods, spacing, and site conditions, along with provisions for environmental considerations that may necessitate alterations to the planned work. Payment for completed work will be made based on land satisfactorily treated, with regular inspections conducted by the Government Representative to ensure compliance with quality standards.
    The Bayou Sauvage Urban National Wildlife Refuge has outlined a performance work statement for a tree planting project across Units 1, 2, and 3, aimed at restoring forest habitat within the refuge in New Orleans East. The focus is on planting native bottomland hardwood trees, specifically targeting invasive species removal, as per the Comprehensive Conservation Plan and Habitat Management Plan. The contractor will hand-plant 100,485 seedlings across 231 acres from December 15, 2024, to March 15, 2025. Key requirements include achieving at least 80% seedling survival within a year and adhering to strict sanitation procedures to prevent invasive species spread. The contractor must plant a variety of specified species, ensuring proper alignment with climate suitability and storage conditions until planting. Payment will be based on the successful execution of each planting unit, with regular inspections from the Government Representative. Environmental conditions will dictate planting capabilities, ensuring that only designated areas are treated, thereby contributing to ecological restoration in the refuge while enhancing its biodiversity and habitat quality.
    The Tree Planting Performance Work Statement outlines a project for the Bayou Sauvage Urban National Wildlife Refuge, scheduled from December 15, 2024, to March 15, 2025. The initiative involves planting trees across three designated units: 28 acres in Unit 1, 95 acres in Unit 2, and 108 acres in Unit 3. The pricing structure consists of a unit price that covers the expenses for trees, materials, and labor necessary to execute the planting work as per the specifications outlined in the Performance Work Statement (PWS). Payments will be calculated on a per-acre basis, with the possibility of adjusting the total acreage based on environmental factors like soil type and water levels that may impact planting viability. This project emphasizes ecological restoration and habitat enhancement within the refuge, reflecting broader governmental goals related to environmental conservation and wildlife support.
    The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, outlining minimum wage and fringe benefit requirements for federal contracts in Louisiana. It specifies that contracts awarded or renewed from January 30, 2022, must pay at least $17.20 per hour under Executive Order 14026, while contracts between January 1, 2015, and January 29, 2022, require at least $12.90 per hour under Executive Order 13658. The wage determination includes a comprehensive list of occupations and corresponding pay rates in various categories, like administrative support, automotive services, health occupations, and protective services. It also details additional requirements, including paid sick leave, vacation benefits, and health and welfare provisions, ensuring worker protections. This document serves as a guideline for contractors in complying with federal labor laws, aiding in the preparation of bids and execution of contracts while fostering fair compensation for employees in service contracts. The primary context surrounds its applications in federal grant management and local/state RFPs, ensuring labor compliance in government contracts.
    The Past Experience Questionnaire is a critical component for businesses responding to federal RFPs and grants. It requires detailed information from the proposing company, including identification details (name, address, POC), and business type. The questionnaire addresses years of experience in services and contracting, responses regarding project completion capabilities, and the availability of key personnel. It requests specifics on employee experience and mandates references from similar, past projects completed within the last three years, preferably involving government contracts. Each referenced contract requires comprehensive details such as contract value, performance timelines, and project scope. Furthermore, the questionnaire concludes with a certification section, confirming the truthfulness of the submitted information. This structured document facilitates the evaluation of a company's qualifications, ultimately determining suitability for government contracts.
    This document is an amendment to solicitation number 140FS324Q0204, detailing modifications to a contract/order concerning the performance work statement (PWS) for the FWS BAYOU SAUVAGE National Wildlife Refuge, particularly relating to tree sampling. The amendment necessitates acknowledgement of receipt by contractors to ensure their offers are considered valid; this can be done through various methods outlined in the document. The closing date for this solicitation remains September 13, 2024, at 2 PM, with all other terms and conditions unchanged. The amendment specifies the nature of the changes in Attachment 1 and designates key points of contact for technical queries. The document underscores the requirement for contractors to adhere to protocols in managing and submitting amendments, highlighting the structured process typically associated with federal RFP adjustments.
    The document is a federal Request for Proposal (RFP) detailing a contract opportunity for tree planting units at the Bayou Sauvage Urban National Wildlife Refuge, namely sampling trees. Key points include the solicitation number (140FS324Q0204), due date (September 13, 2024), and the contact information for key personnel involved. The RFP outlines that the procurement is for commercial items and includes clauses regarding the Small Business Administration's programs, emphasizing that the opportunity is set aside for small businesses, particularly service-disabled veteran-owned and economically disadvantaged women-owned businesses. The contract’s period of performance spans from September 18, 2024, to March 15, 2025. Additionally, the document details payment procedures, requiring electronic invoicing through the Department of the Treasury's Invoice Processing Platform (IPP) and includes various Federal Acquisition Regulations (FAR) clauses guiding compliance requirements, contractor responsibilities, and evaluation criteria for proposals. Overall, the RFP serves as a formal invitation for qualified vendors to submit a proposal for a government contract, ensuring adherence to specific regulatory and performance standards while promoting opportunities for small and disadvantaged business concerns.
    Lifecycle
    Title
    Type
    Similar Opportunities
    OR-FWS SHELDON-HART-SEED MIX
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the supply of two custom native seed mixes aimed at ecological rehabilitation following the 2022 North Springs Fire at the Sheldon National Wildlife Refuge in Nevada. The procurement focuses on restoring native plant species to compete against invasive grasses in affected areas, with specific seed mixes designed for aerial dispersal over designated acres. This initiative underscores the importance of sustainable land management and ecological restoration practices. Interested small businesses must submit their quotes by 5 PM Eastern Time on September 17, 2024, with delivery of the seeds required between October 28 and November 30, 2024. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
    LA-SELA REFUGES-BOGUE CHITTO FENCE
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the installation of approximately 211 feet of chain-link fencing at the Bogue Chitto National Wildlife Refuge in Louisiana. The project entails constructing a five-foot tall fence, including the installation of two double swing gates and one handicap-accessible walkthrough gate, with a performance period from October 1, 2024, to January 31, 2025. This initiative is crucial for maintaining secure areas within the Refuge while ensuring necessary access, thereby supporting the overall mission of wildlife conservation. Interested contractors must comply with specific requirements, including performance and payment bonds, adherence to Davis-Bacon wage rates, and environmental regulations, with proposals due by the specified deadline. For further inquiries, contact Sanford Carson at sanfordcarson@fws.gov.
    Notice of Intent to Use an Already Existing BPA to Solicit and Award Big Marsh Planting
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Deschutes National Forest, is issuing a presolicitation notice for the Crescent Ranger District Planting project on Big Marsh. The objective of this procurement is to secure services for the planting of government-furnished plugs during the fall seasons from 2024 to 2026, utilizing an existing Blanket Purchase Agreement (BPA). This initiative is part of the government's ongoing efforts in ecological restoration and reforestation within the region, aligning with the NAICS Code 115310, which covers support activities for forestry. Interested parties can direct inquiries to Cynthia B. Armour at cynthia.armour@usda.gov or by phone at 541-410-6720, with the anticipated contract award date set for September 10, 2024.
    WA-MID-COLUMBIA RIV NWR-FLOWERING RUSH D
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the survey and removal of invasive flowering rush on 10 acres at the Columbia River National Wildlife Refuge, with the potential for additional acreage depending on funding. The objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by employing a contractor to provide all necessary labor, materials, and compliance with safety regulations, culminating in a final report on the effectiveness of the removal efforts. Quotes for this total small business set-aside opportunity are due by September 19, 2024, with the performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit a complete quote, including representations and certifications, to be considered for this project.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    Equipment Storage Building, Pesticide Storage Shed, Bulk Fuel Tank Station, and Gravel Driveway Golden Meadow Plant Materials Center 438 Airport Road, Galliano Lafourche Parish Louisiana
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is soliciting proposals for the construction of an Equipment Storage Building, Pesticide Storage Shed, Bulk Fuel Tank Station, and Gravel Driveway at the Golden Meadow Plant Materials Center located in Galliano, Lafourche Parish, Louisiana. The project requires contractors to provide all necessary designs, materials, labor, and equipment to construct a 50-foot by 100-foot pre-engineered steel storage building, along with associated facilities, adhering to local building codes and safety standards. This initiative is crucial for enhancing the USDA's capabilities in environmental restoration and conservation efforts across the region. Interested contractors must submit their proposals by September 18, 2024, and can direct inquiries to Stephen Case at stephen.case@usda.gov or Laureen Eipp at laureen.eipp@usda.gov. The estimated project value ranges between $500,000 and $1,000,000, with a 100% Small Business set-aside requirement.
    National Park Service (NPS) - Yosemite National Pa
    Active
    Buyer not available
    The National Park Service (NPS) is seeking a contractor for the Wildland Urban Interface (WUI) Mechanical Fuels Reduction Project at Yosemite National Park, California. The project aims to reduce hazardous fuels across approximately 388 acres in four designated WUI communities to enhance fire resilience and safety for nearby properties and infrastructure. This initiative is critical for mitigating wildfire risks and ensuring the ecological health of the park, with a contract period from October 1, 2024, to September 30, 2026, and specific work in one area to be completed by March 1, 2025. Interested small businesses must register in the System for Award Management (SAM) and can direct inquiries to Brian McCabe at brianmccabe@nps.gov or 202-339-7772, with the solicitation anticipated to be issued after August 28, 2024.
    OLYM - REMOVE HAZARD TREES AT LAKE CRESCENT
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for the removal of approximately 222 hazardous trees located adjacent to US 101 at Lake Crescent, Washington. The project requires contractors to provide all necessary personnel, equipment, and materials to safely remove the identified trees, implement traffic control, and manage the disposal of debris, while adhering to environmental preservation standards. This initiative is crucial for maintaining road safety and mitigating hazards within the national park, reflecting the government's commitment to environmental management and public safety. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with the anticipated contract performance period from September 30, 2024, to November 22, 2024. For further inquiries, contact Mickey Chisolm at mickeychisolm@nps.gov or call 360-565-3025.
    USDA FS - Ottawa NF - Big Iron Botany Survey
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for the Big Iron Botany Survey within the Ottawa National Forest in Michigan. The primary objective of this contract is to conduct comprehensive botanical surveys across 465 designated stands, covering a total of 21,048 acres, to identify Regional Forester’s Sensitive plants, State of Michigan listed plants, invasive species, and culturally significant plants. This initiative is crucial for ecological assessment and conservation efforts, reflecting the government's commitment to effective forest management and biodiversity preservation. Proposals are due by September 23, 2024, and interested contractors should contact Fay Chiappone at fay.chiappone@usda.gov for further details.
    C--BOSQUE DEL APACHE NWR A&E DESIGN
    Active
    Interior, Department Of The
    The United States Fish and Wildlife Service (USFWS) is seeking qualified architect-engineer firms to provide professional services for the design and preparation of construction plans and specifications for the renovation and modernization of the Headquarters, Visitor Center, and Maintenance Facilities at the Bosque del Apache National Wildlife Refuge in New Mexico. The project, funded through the Great American Outdoors Act, aims to consolidate and improve infrastructure with a total budget of approximately $16.6 million, emphasizing sustainable practices, energy efficiency, and compliance with environmental regulations. Interested firms must demonstrate relevant experience and qualifications, with proposals due by September 25, 2024, and design completion expected by June 2025. For further inquiries, contact Ian Young at ianayoung@fws.gov or call 612-713-5214.