HURRICANE DEBRIS REMOVAL AND DISPOSAL
ID: 140FS325Q0072Type: Solicitation
Overview

Buyer

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

NAICS

Other Waste Collection (562119)

PSC

MAINTENANCE OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z1QA)
Timeline
    Description

    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for a fixed-price contract focused on hurricane debris removal and disposal at the J.N. "Ding" Darling National Wildlife Refuge in Sanibel, Florida. The project aims to clear non-vegetative debris resulting from Hurricane Ian, with strict adherence to environmental regulations and safety standards, requiring the contractor to manage a workforce capable of completing the tasks within 90 days without the use of heavy machinery. This initiative is crucial for restoring the ecological integrity of the refuge, emphasizing the importance of minimizing ecological impact during operations. Interested contractors must submit their quotations by June 5, 2025, and are encouraged to contact Merenica Banks at merenica_banks@fws.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of the Interior has issued a Request for Proposal (RFP) for a fixed-price, non-personal services contract aimed at hurricane debris removal from sensitive areas of the J.N. “Ding” Darling National Wildlife Refuge in Sanibel, Florida. This project follows the destruction incurred by Hurricane Ian in September 2022 and entails the removal of non-vegetative debris such as construction materials from mangrove wetlands without the use of heavy machinery, adhering to strict environmental regulations. The contractor must manage a workforce capable of completing all removal tasks within 90 days, ensuring minimal ecological impact and compliance with safety standards. A detailed quality control plan must be established to guarantee contractor adherence to the contract terms, and regular inspections will be conducted by government representatives to evaluate progress and final outcomes. The contractor must also comply with local, state, and federal regulations regarding waste disposal, employee qualifications, and environmental safeguarding throughout the project, which is located in an ecologically sensitive area. Proper management of equipment and materials, as well as public safety during operations, are key expectations highlighted in the RFP.
    The document is a Wage Determination issued by the U.S. Department of Labor, specifically outlining the minimum wage rates for various occupations under the Service Contract Act in Lee County, Florida. It provides guidance on wage requirements based on contracts entered into or renewed under two specific executive orders: Executive Order 14026, mandating a minimum wage of $17.75 per hour effective January 30, 2022, and Executive Order 13658, requiring $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, without renewals after January 30, 2022. The document includes an extensive table of occupations with corresponding wage rates and fringe benefits, as well as guidance on additional employer responsibilities, such as paid sick leave under Executive Order 13706. Adjustments in wage rates occur annually, and all workers listed receive mandated health and welfare benefits. Additionally, there are specific provisions for unlisted classifications of workers and compliance processes. This determination serves to uphold fair labor standards for federal contractors and is crucial for ensuring employee compensation aligns with federal guidelines as outlined in government RFPs and contracts.
    This document pertains to the Request for Quotations (RFQ) #140FS325Q0072, specifically the section focusing on past experience and references required from bidders. It emphasizes the necessity for bidders to provide detailed accounts of previous contract work that aligns with the scope of work outlined in the RFQ. Bidders must detail up to three relevant experiences, including contract type, total value, agency or firm involved, contact details for references, timeframe of work, and a brief description of duties. This information is critical for evaluating the past performance of bidders, which plays a crucial role in the selection process. Bidders are instructed to submit the completed forms via email by the specified deadline to the designated contact person. The document highlights the importance of prior experience in bidding for government contracts, ensuring that only qualified entities are considered.
    The document outlines the Request for Quotation (RFQ) 140FS325Q0072 issued by the U.S. Fish and Wildlife Service for commercial services related to hurricane debris removal and disposal at the J.N. "Ding" Darling National Wildlife Refuge in Florida. The RFQ includes a performance work statement detailing requirements for the removal of non-vegetative debris following Hurricane Ian. Contractors are expected to provide all necessary resources, ensure compliance with safety and ecological regulations, and achieve successful clearance of debris from sensitive mangrove wetlands without using heavy machinery. The solicitation is open to all responsible bidders, with a firm-fixed price contract being awarded based on the lowest price technically acceptable. Important dates include a bid due date of June 5, 2025, with mandatory pre-bid site visits required for interested contractors. The contractor must adhere to specific performance standards, including safeguarding government property, maintaining crew consistency, and removing all identified debris within a defined timeline. The goal is to minimize ecological damage while effectively managing the debris, emphasizing the project's significance in restoring the refuge's environment post-disaster.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--SC WACCAMAW NWR RICE TRUNKS REPAIR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the repair of rice trunks at the Waccamaw National Wildlife Refuge in Georgetown County, South Carolina. The project entails replacing rice trunks and a spillway box, enhancing dikes, repairing boards and bulkheads, fixing tractor bridges, and removing invasive plant species. This procurement is crucial for maintaining the ecological integrity of the refuge and ensuring the effective management of water resources. The solicitation package will be available on SAM.gov on January 12, 2025, and interested contractors must be registered in SAM to participate. For further inquiries, contact Nelson T. Crawford at nelsoncrawford@fws.gov or call 404-679-4077.
    FL- WELAKA NFH-GARAGE DOORS - BEECHER UNIT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a construction project to replace seven manually opened garage doors at the Welaka National Fish Hatchery (NFH), Beecher Unit, located in Crescent City, Florida. The project involves the removal of existing doors and the installation of new hurricane-rated sectional doors, including all necessary hardware, to meet local wind load requirements. This procurement is a 100% Total Small Business Set-Aside, with a contract value estimated to be less than $25,000, and will be awarded based on the Lowest-Price/Technically Acceptable criteria. Proposals must be submitted via email to johnferrall@fws.gov by January 9, 2026, at 5:00 PM EST, and a site visit is highly recommended for interested contractors.
    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.
    Holden Beach Removal and Replacement of Mooring Clusters
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for the removal and replacement of mooring clusters at Holden Beach, North Carolina. The project involves the installation of two new steel pipe pilings, requiring contractors to provide all necessary labor, materials, and equipment while adhering to strict safety and environmental regulations. This procurement is a 100% Small Business Set-Aside, with an estimated construction value between $100,000 and $250,000, and quotes are due by 2:00 PM EST on January 26, 2026. Interested contractors must ensure they are registered in SAM, submit relevant past project experience, and attend a mandatory site visit on January 13, 2026, with RSVPs required by January 9, 2026. For further inquiries, contact Diana Curl at diana.d.curl@usace.army.mil or Jenifer Garland at jenifer.m.garland@usace.army.mil.
    JACKSONVILLE HARBOR, MAINTENANCE DREDGING, BAR CUT-3 THROUGH CUT-17 AND CUT-55 THROUGH LOWER TERMINAL, CHANNEL DUVAL COUNTY, FLORIDA
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for maintenance dredging of the Jacksonville Harbor channel in Duval County, Florida. The project involves two main components: the Base element, which includes dredging from Bar Cut-3 through Cut-17 with disposal at the Ocean Dredge Material Disposal Site (ODMDS) Zone C1, and Option A, which covers dredging from Cut-55 through the Lower Terminal Channel with disposal at Bartram Island Dredge Material Management Area (DMMA) Cell F. This maintenance work is crucial for ensuring navigability and safety in the harbor, and it includes additional requirements such as turbidity monitoring and the observation of endangered species. Interested contractors can reach out to Nicole Batista-Cruz at nicole.m.batista-cruz@usace.army.mil or call 904-232-3275 for further details.
    DR4673-FL Sole Source Justification - Palms at Pine Island
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking to enter into a sole source contract with The Palms at Pine Island for the lease of commercial pad sites in Florida to provide temporary housing for individuals displaced by Hurricane Ian (Disaster DR4673-FL). This procurement aims to secure Manufactured Housing Units (MHUs) and Recreational Vehicles (RVs) for affected survivors, addressing an urgent need for housing in the aftermath of the disaster. The contract, valued at up to $298,080.00, is structured as a firm fixed-price agreement for an initial six-month period, with options for two additional six-month extensions, justified by the limited availability of suitable sites within a 50-mile radius and the necessity for expedited action in an emergency context. Interested parties can reach out to Ashlee Young at ashlee.young@fema.dhs.gov for further information regarding this opportunity.
    Mid-Bay James Island Phase 1 Ecosystem Restoration
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Baltimore District, is soliciting bids for the Mid-Bay James Island Phase 1 Ecosystem Restoration project located in Dorchester County, Maryland. This contract involves the construction of dikes and the dredging and stockpiling of sand materials to facilitate ecosystem restoration efforts in the Chesapeake Bay area. The project is significant for enhancing the ecological health of the region and is expected to have a construction value between $100 million and $250 million, with a revised duration of approximately 540 calendar days from the Notice to Proceed. Interested contractors can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or call 410-962-4978 for further details.
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a 2,000-gallon above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing the existing tank with a new 1,000-gallon tank, reconnecting supply lines, and ensuring compliance with safety standards for emergency generator operations. This procurement is crucial for maintaining the operational integrity of the hatchery while adhering to environmental and safety regulations. Interested contractors should note that the period of performance is from January 20, 2026, to February 20, 2026, with a site visit scheduled for January 14, 2026, and quotes due by January 20, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.