Hanford Reach Ntl. Monument planting 20k sagebrush
ID: 140F1B24Q0043Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS CONSTRUCTION & A/E - BIL/DISASTERFalls Church, VA, 22041, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER FOREST/RANGE IMPROVEMENTS (NON-CONSTRUCTION) (F018)
Timeline
    Description

    The U.S. Fish and Wildlife Service is seeking small business contractors to undertake the planting of 20,000 bare-root Wyoming sagebrush seedlings at the Hanford Reach National Monument in Washington. The project aims to support ecological restoration efforts by utilizing seedlings provided by the government, covering approximately 45 acres, and adhering to specific planting instructions to ensure optimal growth conditions. This initiative is part of broader federal efforts to preserve biodiversity and manage natural resources effectively, with the planting scheduled between November 15 and December 20, 2024, contingent on weather conditions. Interested contractors must submit their quotes by October 14, 2024, and can contact Adam Graham at adam_graham@fws.gov or 762-325-0609 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service, in collaboration with the Central Washington National Wildlife Refuge Complex, aims to plant 20,000 bareroot Wyoming sagebrush seedlings at Saddle Mountain, Hanford Reach National Monument in Washington. The contract specifies that the contractor is responsible for all necessary labor, tools, materials, and compliance with relevant laws. The planting will cover approximately 45 acres, utilizing seedlings provided by the USFWS and adhering to specific planting instructions to ensure optimal growth conditions. The project is scheduled for November 15 to December 20, 2024, contingent on weather and soil moisture conditions. Normal work hours are Monday through Thursday, and contractors must confirm planting dates with USFWS at least a week in advance. The USFWS will supply essential materials and provide oversight during the planting process. Technical coordinators will supervise the project's execution, ensuring that all operations align with environmental management protocols. This initiative reflects the government's commitment to ecological restoration and habitat management within the region.
    The document outlines the BIL Sagebrush Planting Project, which integrates geographic data from various federal and state agencies including WSU Facilities Services and the USDA. The project involves planting efforts in specified areas, represented by polygons on a map alongside prominent roadways, such as State Route 24 and nearby roads. The data utilized includes resources from the National Hydrography Dataset and other geographic databases that inform the planting initiatives. The purpose of the project aligns with federal and state objectives to enhance ecological management and habitat restoration through strategic planting efforts, emphasizing the collaboration of multiple entities for effective implementation. The use of diverse data sets highlights the importance of geographic information in planning and executing environmental initiatives. Overall, the document emphasizes an organized approach to ecological sustainability in correlation with government frameworks.
    The document consists of various elements related to Federal and State RFPs (Requests for Proposals) and grants. It outlines guidelines and processes for organizations and individuals interested in applying for federal funds. Key topics include eligibility criteria, application procedures, project scope definitions, and funding limitations. The overarching goal is to enhance public service quality through funded initiatives by ensuring transparency and accountability. The structure is divided into sections addressing specific requirements for proposal submission, evaluation criteria, and compliance with applicable regulations. The emphasis is on collaboration among federal, state, and local entities to optimize resource allocation and program impact. In summary, the document serves as a comprehensive guide for applicants, detailing the necessary steps and expectations for securing funding through RFPs and grants. It underscores the commitment of government agencies to maintain rigorous standards while promoting community development and effective use of taxpayer resources.
    The document outlines the Offeror Representations and Certifications for federal government contracts, particularly focusing on commercial products and services. It specifies requirements related to small business classifications, including definitions for various types of small businesses such as service-disabled veteran-owned small businesses, economically disadvantaged women-owned small businesses, and organizations impacted by forced child labor. The Offeror is mandated to complete annual certifications in the System for Award Management (SAM) and to make claims about its business status in specified fields. The structure includes definitions, a section for representations regarding the Offeror’s eligibility and past dealings (including tax compliance and criminal history), and certifications related to specific regulatory requirements such as the Buy American Act and the prohibition of contracting with certain entities. Key points emphasize compliance with federal regulations and monitoring for ethical business practices. This provision serves as a compliance framework for government contracting, aiming to ensure integrity in procurement processes and promoting the participation of diverse business concerns in federal contracting opportunities.
    The document details Request for Quotations (RFQ# 140F1B24Q0043) issued by the US Fish and Wildlife Service, seeking small business contractors to undertake sagebrush planting at the Hanford Reach National Monument. This initiative supports ecological restoration efforts by utilizing seedlings provided by the Government. The RFQ encompasses specific details such as the performance period, delivery requirements, and the small business set-aside designation. Key components include compliance with Federal Acquisition Regulation (FAR) clauses and the necessity for quotes to be submitted by October 14, 2024. The selected contractor will be responsible for proper planting procedures and meeting the contract terms, alongside adherence to numerous federal regulations regarding labor, workplace safety, and environmental impact. This project reflects federal efforts in preserving biodiversity and managing natural resources effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a project to deliver and spread gravel at the Hanford Reach National Monument, with a focus on reinforcing roads around the Wahluke Pond for fire management purposes. Contractors are required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to spreading, with the work to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, emphasizing the government's commitment to environmental stewardship. Interested contractors must submit their proposals by October 11, 2024, with the project budget set at under $25,000; for further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
    NM-BITTER LAKE NWR-BTR HAZARDOUS FUELS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the NM-Bitter Lake NWR-BTR Hazardous Fuels project, which involves the removal of salt cedar trees from designated areas within the Bitter Lake National Wildlife Refuge in Roswell, New Mexico. The primary objectives of this procurement include enhancing wildlife habitats, improving access for staff, and reducing wildfire risks by ensuring waterways and drainages are clear of debris. This project is critical for ecological restoration and is scheduled to take place from September to December 2024 and January to March 2025. Interested contractors must submit their quotes by September 25, 2024, and can direct inquiries to Lydia Patrick at lydiapatrick@fws.gov or by phone at 308-635-7851.
    WA-WILLAPA NWR-AERIAL HERBICIDE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from small businesses for an aerial herbicide application project aimed at controlling invasive plant species at Leadbetter Point within the Willapa National Wildlife Refuge in Washington. The project involves treating approximately 130 acres of land dominated by non-native plants, specifically Scotch broom, gorse, and Ammophila beachgrass, as part of a broader habitat restoration initiative to support native species such as the streaked horned lark and snowy plover. Contractors will be responsible for providing the necessary equipment and labor for herbicide application, while the USFWS will supply the herbicides and oversee project coordination. Quotations are due by September 23, 2024, and interested parties must be registered as active vendors in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    Beaverhead Deerlodge National Forest fencing and spring developments
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking contractors for the Beaverhead Deerlodge National Forest fencing and spring developments project, which involves fenceline clearing, construction of fencing, and spring site development using government-furnished materials. The project is located approximately 50 miles southwest of Butte, Montana, and aims to enhance natural resource conservation and habitat improvement within the forest. The estimated contract value ranges from $25,000 to $100,000, with work expected to commence on June 1, 2025, and conclude by October 15, 2025. Interested contractors must submit their quotes along with a completed experience questionnaire by the bidding deadline of September 23, 2024. For further inquiries, contact John Curry at john.curry@usda.gov or call 605-673-9216.
    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.
    NEZ PERCE-CLEARWATER NF Salmon River Seed Orchard Well Drilling
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking qualified contractors for the "Salmon River Seed Orchard Well Drilling" project located in the Nez Perce-Clearwater National Forests in Idaho. The primary objective is to drill a well to provide potable water to the nursery, with provisions for additional wells if the initial attempt does not meet specifications. This project is crucial for ensuring sustainable water resources for agricultural activities within the national forest, reflecting the government's commitment to effective water management. Bids are due by September 26, 2024, at 11:00 A.M. MT, with a project budget estimated between $100,000 and $250,000, and work is expected to commence no earlier than October 15, 2024, continuing until October 15, 2025. Interested contractors can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.
    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.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and debris to facilitate construction. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is estimated to be valued between $100,000 and $250,000, with a performance period expected to commence in June 2025 and conclude by September 2025. Interested contractors can direct inquiries to Alisha Knaub at alisha.knaub@usda.gov or by phone at 406-438-2981.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Tie-Johnson Fence
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Tie-Johnson Fence project located in the Wisdom Ranger District of the Beaverhead-Deerlodge National Forest in Montana. The contract requires the removal of existing fencing and the construction of a new 4-wire fence, including the clearing of brush and debris along the fence line, with a performance period set from June 1, 2025, to September 30, 2025. This project is crucial for managing and rehabilitating natural resources, ensuring wildlife-friendly fencing, and maintaining the integrity of the forest ecosystem. The estimated contract value ranges between $100,000 and $250,000, and interested contractors must submit their proposals within 10 calendar days following the award notification. For further inquiries, contact Alisha Knaub at alisha.knaub@usda.gov or call 406-438-2981.