LA-BAYOU SAUVAGE NWR-RIDGE TRAIL LUMBER
ID: 140FS325Q0051Type: Solicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Wood Product Manufacturing (321999)

PSC

LUMBER AND RELATED BASIC WOOD MATERIALS (5510)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 12, 2025, 12:00 AM UTC
  3. 3
    Due Mar 26, 2025, 9:00 PM UTC
Description

The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to supply lumber for the rehabilitation of the Ridge Trail at the Bayou Sauvage National Wildlife Refuge in Louisiana. This procurement involves providing various construction materials, including treated lumber, timber screws, and other essential items for the repair and replacement of over 3,300 feet of boardwalk. The project is crucial for maintaining the structural integrity and environmental stewardship of recreational facilities within the refuge. Interested parties must submit their offers by March 26, 2025, with delivery of the materials required by April 27, 2025. For further inquiries, vendors can contact Stephanie Long at stephanie_long@fws.gov or by phone at 404-679-4059.

Point(s) of Contact
Files
Title
Posted
Mar 12, 2025, 9:05 PM UTC
The Statement of Work outlines the requirements for supplying materials to rehabilitate the Ridge Trail Boardwalk at the Bayou Sauvage Urban National Wildlife Refuge. The project involves the delivery of various construction materials to the US Fish and Wildlife Service in New Orleans, specifically for the repair and replacement of over 3,300 feet of boardwalk. The listed materials include treated lumber of various dimensions, timber screws, roofing tar, galvanized panels, and Simpson strong tie hurricane ties. Key items include 50 units of 6x6 treated posts for damaged piles, multiple deckings and beams, and specific quantities of screws required for assembly. The document includes sections for subtotal, sales tax, shipping, and total due, indicating the procedural details necessary for procurement. This RFP serves the purpose of soliciting bids from suppliers to ensure proper material supply for vital infrastructure maintenance in a national wildlife refuge, emphasizing both environmental stewardship and structural integrity of recreational facilities.
Mar 12, 2025, 9:05 PM UTC
Mar 12, 2025, 9:05 PM UTC
The document outlines a Request for Quote (RFQ) for the procurement of lumber to replace the Ridge Trail at Bayou Sauvage National Wildlife Refuge in Louisiana. The solicitation number is 140FS325Q0051, and the due date for offers is set for March 26, 2025, at 5:00 PM Eastern Time. This procurement is categorized as a Small Business Set-Aside and adheres to the FAR guidelines for commercial item acquisitions. The RFQ specifies the need for a firm-fixed price contract, with offers required to be structured in a particular format including company details and pricing information. Additionally, potential bidders must be registered in the System for Award Management (SAM) and are encouraged to submit their inquiries within 48 hours of the posting date. The successful contractor will deliver the lumber by April 27, 2025. The document includes clauses related to payment methods, terms, and compliance with federal regulations. Overall, it emphasizes the government’s intent to ensure effective procurement practices while promoting small business participation in federal contracting.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
WA-LPO NWR-SIDING PROJECT MATERIALS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for siding materials as part of the WA-LPO NWR-Siding Project, aimed at re-siding four critical buildings within the Little Pend Oreille National Wildlife Refuge in Colville, WA. The procurement specifically targets small businesses and requires durable steel siding materials that enhance longevity and wildlife resistance for a bunkhouse, fire office, pumphouse, and warehouse, which serve essential functions for staff housing, office space, and equipment storage. Interested vendors must submit detailed quotes, including costs for materials and delivery, by March 7, 2025, with an expected delivery date of April 30, 2025, and compliance with federal regulations is mandatory. For further inquiries, potential bidders can contact Marshall Richard at marshallrichard@fws.gov.
56--VA CHINCOTEAGUE NWR ASHPALT MATERIALS
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking contractors to furnish and deliver various construction materials for a project at Chincoteague National Wildlife Refuge. The procurement includes approximately 8,730 tons of asphalt base, 10,000 tons of asphalt top, 10,440 gallons of asphalt tack coat, and various sizes of concrete and polyethylene pipes, among other materials, all of which must meet Virginia Department of Transportation and ASTM standards. This project is crucial for maintaining infrastructure within protected lands and is scheduled for performance from April 1, 2025, to June 30, 2025. Interested vendors must submit their quotations by March 21, 2025, and can direct inquiries to Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387.
Production Lumber
Buyer not available
The Department of Justice, through Federal Prison Industries, Inc. (UNICOR), is soliciting proposals for an indefinite delivery, indefinite quantity (IDIQ) contract to supply approximately 500,000 board feet of various types of lumber for use in producing office furniture. This procurement emphasizes a commitment to small business participation and requires offerors to submit pricing for specified items, demonstrate prior experience, and provide samples for quality evaluation, all while adhering to sustainability standards and regulations. The contract will be performed at UNICOR's facility in Forrest City, Arkansas, with proposals due by March 19, 2025, following an amendment to the original solicitation deadline. Interested vendors should contact Linda K. Kerr at Linda.Kerr@usdoj.gov or 814-362-4155 for further details and ensure compliance with the ACH Vendor Enrollment process and registration in the System for Award Management (SAM).
F--Fire Break Creation Tamarac NWR, Rochert MN
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the creation of a fire break at the Tamarac National Wildlife Refuge in Rochert, Minnesota. The project involves constructing a fire break approximately 0.46 miles long and covering 2.24 acres, aimed at reducing wildfire risks and improving access for fire suppression efforts. This initiative is part of the government's commitment to environmental management and safety, emphasizing the importance of maintaining natural resources and protecting community safety. Proposals are due by March 21, 2025, with a performance period from April 1, 2025, to December 31, 2025. Interested vendors should contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further details and ensure compliance with all submission requirements.
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.
Hazardous Fuels Reduction BPA, National + Guam
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
Woody Vegetation Removal (Mulching), McFaddin NWR,
Buyer not available
The U.S. Fish and Wildlife Service is seeking small business contractors for a project involving the mulching of woody vegetation across 165 acres at the McFaddin National Wildlife Refuge in Sabine Pass, Texas. The objective of this procurement is to enhance environmental management by removing dense vegetation, with contractors required to provide personnel, machinery, materials, and supervision for the task. This initiative underscores the government's commitment to supporting small businesses, particularly those owned by veterans or economically disadvantaged individuals, while ensuring compliance with federal regulations regarding labor and environmental protections. Interested vendors must submit their technical and price proposals by March 21, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information. The estimated contract value is $11.5 million, with delivery expected by September 30, 2025.
NM-REFUGE OPERATIONS- MULCHING/MOWING
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
TX-UVALDE NFH-TILT OVER DECK TRAILER
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide a 21K tilt-over deck trailer for the Uvalde National Fish Hatchery in Texas. The procurement requires vendors to meet specific technical specifications, including a gross vehicle weight rating (GVWR) of 21,000 lbs, and to deliver the trailer within 90 days post-contract award to the designated location. This equipment is essential for the hatchery's operations, supporting the agency's mission to manage and conserve fish and wildlife resources. Interested parties must submit their quotations by March 14, 2025, and can direct inquiries to Mack Washington at mackwashington@fws.gov or by phone at 404-679-4033.
CA-LODI FWS BOAT RE-FINISHING
Buyer not available
The U.S. Fish and Wildlife Service (US FWS) is seeking qualified small businesses to provide boat resurfacing, refinishing, and repainting services for 17 workboats located in Lodi, California. The objective of this procurement is to refurbish these boats, which are essential for biological sampling and monitoring in the California Delta and San Francisco Estuary, ensuring their protective coatings are maintained, as these typically wear out every 6-10 years. The selected contractor will be responsible for stripping old paint, preparing surfaces, and applying new coatings according to specified standards, with the performance period set from June 1, 2025, to June 1, 2027. Interested parties must submit their quotations by March 26, 2025, and must be registered as active vendors in the System for Award Management (SAM). For further inquiries, contact Chelsea Devivo at chelseadevivo@fws.gov.