Fernan Ranger Station Bat Remediation
ID: 1284LL25Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 1Ogden, UT, 844012310, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Fernan Ranger Station Bat Remediation project in Coeur d'Alene, Idaho. The objective of this procurement is to address a bat infestation in building 2232 by installing one-way access devices for bat eviction, sealing potential access points, and sanitizing contaminated areas, including the removal of guano and insulation replacement. This project is crucial for maintaining workplace safety and adhering to environmental protections for the protected Myotis lucifugus species, with work scheduled to occur between March 10 and April 18, 2025. Interested small businesses must submit their technical proposals and relevant documentation by February 21, 2025, at 3:00 PM EST, and can contact Shawn Trout at shawn.trout@usda.gov or 802-613-7644 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Fernan Ranger Station Bat Remediation (Solicitation Number: 1284LL25Q0008) is a federal Request for Quotation (RFQ) aimed at addressing a bat infestation in building 2232 located in Coeur d'Alene, Idaho. The project must be conducted between March 10 and April 18, 2025, due to the protected status of the Myotis lucifugus species involved. Key tasks include the installation of one-way access devices for bat eviction, sealing potential access points, and sanitizing contaminated areas by removing guano and replacing insulation. The selected contractor will also monitor the site monthly for three months post-remediation to ensure bats do not return. The solicitation emphasizes small business participation and requires technical proposals that demonstrate relevant experience and past performance. Comprehensive documentation must be submitted by February 21, 2025, at 3:00 PM EST. Additionally, all personnel involved in the project must check in with the contracting officer's representative prior to access. This project reflects a commitment to maintaining workplace safety while adhering to environmental protections regarding protected wildlife species.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Shake Creek Guard Station Siding Replacement
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Shake Creek Guard Station Siding Replacement project in Idaho. The project involves rehabilitating the siding of several historic buildings, which includes cleaning, repairing, and potentially replacing siding while ensuring compliance with safety regulations and maintaining historical integrity. This initiative is crucial for preserving the structures listed on the National Register of Historic Places and involves managing hazardous materials, particularly lead-based paint. The estimated budget for the project ranges between $100,000 and $250,000, with a site visit scheduled for November 5, 2024, and an anticipated solicitation release in February/March 2025. Interested vendors should contact Braidy Richins at Braidy.Richins@usda.gov or 208-423-7545 for further details.
    F--WI-UPR MS RIV NATL WILDL-SITE PREPARATION
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a contract focused on the restoration of the Mesic Bottomland Forest at the Driftless Area National Wildlife Refuge in Wisconsin. The project entails a comprehensive four-phase service initiative over two years, including herbicide site preparation, mechanical site preparation, tree and shrub planting, and post-planting maintenance, aimed at enhancing habitats for neotropical migratory birds and tree-roosting bats. This opportunity is set aside for small businesses, reflecting the government's commitment to environmental restoration and small business participation in federal contracting. Interested contractors must conduct a mandatory site visit and submit proposals electronically by February 18, 2025, with inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    Asbestos Abatement at Moosehorn NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking contractors for the asbestos abatement project at Moosehorn National Wildlife Refuge in Baring, Maine. The project involves the removal and disposal of approximately 1,035 square feet of asbestos-containing shingles from the Quarters 20 Garage, with strict adherence to state regulations and environmental safety protocols. This initiative is crucial for maintaining a safe and compliant environment within the refuge, ensuring the health of both workers and wildlife. Interested contractors should note that bids are due by February 21, 2025, with a total project cost estimated to be under $25,000, and can contact William Koski at williamkoski@fws.gov for further information.
    MT BAKER RANGER DISTRICT - VAULT TOILET INVENTORY MT BAKER SNOQUALMIE NATIONAL FOREST BPA SET UP
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide vault toilet and septic pumping services for the Mt. Baker Ranger District within the Mt. Baker-Snoqualmie National Forest in Washington. This procurement involves establishing a Blanket Purchase Agreement (BPA) for services extending from May 1, 2025, to April 30, 2032, with a focus on maintaining government facilities to ensure compliance and availability for federal recreation sites. Interested vendors must adhere to the specified NAICS code (562991) and size standard of $9 million, with bids due by March 28, 2025, including both technical and price proposals. For further inquiries, potential bidders can contact A Kay Steffey at arlene.steffey@usda.gov or by phone at 208-484-4622.
    Y--NV Upper Carson Slough Backcountry Trail System
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the construction of the Upper Carson Slough Backcountry Trail System at the Ash Meadows National Wildlife Refuge in Nevada, under solicitation number 140FC325R0003. The project requires contractors to begin work within 10 calendar days and complete it within 270 days after receiving a notice to proceed, with an estimated project magnitude between $1,000,000 and $5,000,000. This initiative is crucial for enhancing public access to the refuge while ensuring ecological integrity and cultural significance, including collaboration with Indigenous partners for interpretive design. Interested contractors must acknowledge amendments and adhere to federal regulations, with key deadlines for proposal submissions set for February 26, 2025, and questions due by February 7, 2025. For further inquiries, contact Shannon Barnhill at shannonbarnhill@fws.gov.
    BCLH Stewardship IRSC Phase 2
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
    VA HARRISON LAKE NFH VC ROOF
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the reroofing of the Visitor Contact Station at the Harrison Lake National Fish Hatchery in Virginia. The project entails replacing the existing roof, which covers approximately 2,600 square feet, with new asphalt shingles, including the removal and offsite disposal of the current roofing materials. This initiative is crucial for maintaining the facility's integrity and ensuring compliance with safety and environmental regulations, including adherence to federal labor standards. Interested contractors must attend a mandatory site visit on February 10, 2025, submit questions by February 12, 2025, and provide quotes by February 21, 2025, with the contract period running from March 17, 2025, to June 30, 2025. The estimated project cost is less than $25,000, and inquiries can be directed to Bill Koski at williamkoski@fws.gov.
    WEST ZONE MT HOOD NATIONAL FOREST PARENT BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide toilet vault septic pumping services for the Mt. Hood National Forest in Oregon. This procurement aims to establish a Blanket Purchase Agreement for on-demand service requests, with a performance period extending from May 1, 2025, to April 30, 2032. The services are crucial for maintaining public facilities and ensuring effective waste management in natural areas, thereby supporting the government’s commitment to environmental stewardship. Interested offerors must submit their technical and price proposals, along with required contractor certifications, by February 28, 2025, and can direct inquiries to A Kay Steffey at arlene.steffey@usda.gov or by phone at 208-484-4622.
    LNF JANITORIAL SERVICES AT ST REGIS BUNKHOUSES
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services at the St. Regis Bunkhouses located in Saint Regis, Montana. The contract, identified as Request for Quotation (RFQ) No. 1284LM25Q0014, requires comprehensive cleaning services, including bi-weekly and annual deep cleaning, across various areas of the bunkhouses, with a contract term starting March 15, 2025, and extending through multiple option periods until March 14, 2030. This procurement is crucial for maintaining the cleanliness and operational readiness of the facilities, which support the Forest Service's mission in the Lolo National Forest. Interested contractors must submit detailed technical and price proposals, demonstrating their qualifications and experience, to Brenda G. Dwyer at brenda.dwyer@usda.gov, with evaluations based on technical capability, past performance, and price.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at mitigating hazardous fuel risks and restoring access routes affected by the 2020 Beachie Creek and Lionshead Fires in Oregon's Willamette National Forest. The project encompasses the removal of fire-killed timber, management of hazard trees, and necessary road maintenance and reconstruction across a 1,843-acre area, with both mandatory and optional work activities outlined. This initiative is critical for enhancing forest health, ensuring safe access, and promoting sustainable land management practices in fire-impacted regions. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, with a total estimated project cost between $1 million and $5 million, and the solicitation expected to be issued around March 31, 2025.