Tree Planting, ST. Marks NWR-FL
ID: 140FS325Q0048Type: 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. 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 fred_riley@fws.gov or by phone at 413-253-8738.

    Point(s) of Contact
    Files
    Title
    Posted
    The St. Marks National Wildlife Refuge in Wakulla County, Florida, has outlined a project for the hand-planting of 122,000 containerized longleaf pine trees over 178 acres, referred to as the Logging Debris Fire BAR Project. The planting is anticipated to begin as early as February 1, 2026, and must conclude by February 28, 2026. Key responsibilities of the contractor include transporting seedlings to the site, hand-planting according to specific guidelines, and adhering to a natural planting pattern approved by the Refuge Forester. The project stipulates maintaining appropriate planting depth and density, utilizing particular tools, and ensuring seedlings are protected during planting. Additional requirements involve site cleanup, damage repair, compliance with federal regulations, notification of hazardous material spills, and operating within designated planting times. The Refuge Forester has oversight to monitor operations, enforce compliance, and authorize replanting at the contractor's expense if standards are not met. Overall, this project seeks to restore natural ecosystems by reintroducing longleaf pines while following regulations and best practices referenced from authoritative sources. The initiative exemplifies the government's commitment to conservation efforts through strategic environmental management.
    The Tree Planting Requirement for the St. Marks National Wildlife Refuge in Wakulla County, Florida, outlines a contract for the provision and planting of containerized Atlantic Coastal Natural Longleaf Pine seedlings. The contract period extends from award through February 28, 2026, with a total quantity of 121,930 seedlings to be planted across 178 acres. The unit price includes all necessary supplies and materials needed to fulfill the scope of work. This initiative reflects a commitment to ecological restoration and habitat improvement within the refuge, underlining the importance of native tree planting in maintaining local biodiversity and ecosystem health. The request for proposals (RFP) emphasizes detailed planning and execution to ensure the successful growth and establishment of these vital tree species in the designated area.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, outlining the minimum wage rates and fringe benefits applicable to service contract employees in specific Florida counties, effective January 30, 2022. Key provisions include minimum hourly rates dictated by Executive Orders 14026 and 13658, with rates adjusted annually. For contracts starting on or after the specified date, the minimum wage is set at $17.75, while for contracts awarded between January 1, 2015, and January 29, 2022, the rate is $13.30, unless a higher applicable rate is listed. The document presents a comprehensive list of occupations, providing specific wage rates for various clerical, technical, and service roles, along with required benefits such as health and welfare compensation, vacation, and paid holidays. Additionally, it details the conformance procedure for unlisted job classifications. This determination is essential for compliance and fair compensation in federal contracting, ensuring that contractors adhere to labor standards set by the government, thus safeguarding worker rights and promoting equitable wages across service occupations.
    The Past Experience Questionnaire (140F0922Q0105) is a mandatory form for businesses applying for federal contracts, requiring detailed disclosures about their experience and capabilities. Companies must provide their name, SAM UEI number, address, and contact information, along with classification as a corporation, partnership, or sole proprietor. The questionnaire assesses the firm's overall service experience and specific contracting roles, highlighting prior work for the federal government. It asks whether the business has ever failed to complete a contract and details key personnel available for the project. Furthermore, it requires comprehensive information on employee experience and references from relevant past contracts within the last three years, stressing that these should be similar in complexity to the current solicitation. Contract details must include agency names, values, and scopes of work. Lastly, applicants must certify the accuracy of their submitted information. This structured form ensures that the government can evaluate a company’s previous performance effectively, emphasizing the importance of reputable experience in the bidding process for federal contracts.
    The document is an amendment for solicitation or modification of a contract identified as 140FS325Q0048, concerning the FL-ST Marks National Wildlife Refuge planting project. It outlines the necessary procedures for contractors to acknowledge receipt of the amendment, stating that failure to do so by the specified deadline may lead to the rejection of their offer. The document details methods for acknowledging the amendment, including confirming receipt on offer copies or via separate communication. Additionally, the amendment modifies an existing contract, referencing its administrative changes under the pertinent federal regulations. The contact information for the technical point of contact and the contracting officer is provided, ensuring that inquiries can be directed to the appropriate personnel. Overall, the purpose of the amendment is to ensure compliance with procedural requirements and to ensure that all interested contractors are informed of updated contract stipulations related to the planting initiative at the refuge site.
    The document pertains to a Request for Proposals (RFP) issued by the federal government, specifically for a project involving the planting of longleaf pine seedlings at the St. Marks National Wildlife Refuge. It outlines the solicitation process, including the offer due date of March 12, 2025, and the effective delivery date set for February 28, 2026. The document includes critical administrative details such as contact information for the contracting officer, payment terms, and compliance with federal regulations regarding small business status and executive orders. Key points include the requirement for contractors to utilize the U.S. Department of the Treasury's Invoice Processing Platform for electronic payments and an emphasis on adherence to various clauses related to equitable treatment of small businesses and the prohibition of contracting practices that could involve foreign adversaries. The proposal evaluation will consider price and past performance, reflecting a best-value approach, which indicates that technical and performance indicators will weigh more significantly than cost alone. Overall, this RFP exemplifies the federal government’s procurement protocol for environmental restoration projects while reinforcing compliance and ethical standards among potential contractors.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    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.
    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--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.
    Y--BICY 229154
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida, designated under solicitation number 140P2024R0084. The project involves constructing a 5,142 square foot facility that includes administrative spaces and utilities, with an estimated contract value between $1 million and $5 million. This initiative is part of the government's efforts to enhance infrastructure and safety within national parks, ensuring compliance with federal standards and environmental regulations. Interested contractors, particularly women-owned small businesses, must submit their proposals by March 5, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Sawmill Liebre Reforestation Project Area
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking quotations from small businesses for the Sawmill Liebre Reforestation Project Area located in the Angeles National Forest, California. The project aims to enhance the survival and growth of seedlings across 626 acres through hand grubbing techniques to remove competing vegetation, with a focus on environmental stewardship and compliance with federal regulations. This initiative is part of a broader effort to engage small businesses in federal contracting, emphasizing the importance of reforestation and ecological restoration following environmental disasters. Interested contractors must submit their quotes by March 21, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Megan Acord at megan.acord@usda.gov.
    F--BLM LICK SKILLET HAND THINNING
    Buyer not available
    The Bureau of Land Management (BLM) is soliciting quotes for the Lick Skillet Hand Thinning project in Canon City, Colorado, under solicitation number 140L3725Q0018. The project aims to thin dense stands of conifer trees to enhance fire resilience, improve wildlife habitat, and promote healthier growth among selected trees across a 35-acre area, with work scheduled to commence by March 17, 2025, and conclude by December 15, 2025. This initiative reflects BLM's commitment to sustainable land management practices, emphasizing safety, environmental protections, and high-quality standards throughout the contract execution. Interested contractors must submit their quotes to Contracting Specialist Daniel Rosales via email by March 7, 2025, and are encouraged to monitor updates on SAM.gov for any changes or additional information.
    CNF-CON SSCC-LKLN Mechanical Site Prep - Chequamegon-Nicolet
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for a Mechanical Site Preparation project at the Chequamegon-Nicolet National Forest, located in the Lakewood-Laona Ranger District of Wisconsin. The project involves preparing approximately 57 acres of land using mechanical methods, including Double Roller Chop and Bracke Scarification, with a focus on preserving marked trees and adhering to environmental protection protocols. This initiative is part of broader federal efforts to enhance forest health and manage natural resources effectively. Interested parties should direct inquiries to Tracy Doud at tracy.doud@usda.gov or call 720-994-4728, with the anticipated issuance date for the Request for Quotes around March 15, 2025, and a contract duration of 180 days expected to commence on or around June 1, 2025.
    M--CLEAN AND INSPECT CULVERTS - PINE ISLAND
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for a project titled "M--CLEAN AND INSPECT CULVERTS - PINE ISLAND" within Everglades National Park. The primary objective of this procurement is to clean and inspect 110 culverts in the Pine Island District, ensuring the preservation of the park's infrastructure and maintaining proper water flow, while adhering to environmental and safety regulations. This project is critical for the ecological integrity of the park, emphasizing compliance with standards for protecting threatened and endangered species. Interested small businesses must submit their quotations by 5:00 PM EST on March 5, 2025, following a mandatory site visit on February 13, 2025, and can direct inquiries to Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.