F--Invasive Species Treatment at Coldwater River NWR
ID: 140FS326Q0010Type: 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

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking qualified contractors for the Invasive Species Treatment at Coldwater River National Wildlife Refuge in Grenada, Mississippi. The project involves the removal of invasive Chinese tallow trees across a 56-acre area, with a goal of achieving a 95% control rate within four to six months post-treatment, utilizing approved herbicides and adhering to environmental protection guidelines. This small business set-aside contract, with an estimated performance period from January 5, 2026, to September 30, 2026, emphasizes technical and past performance in its evaluation criteria, with quotes due by December 22, 2025. Interested parties should contact Contract Specialist Fred Riley at fred_riley@fws.gov for further details and ensure they acknowledge the solicitation amendment by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines a services contract for invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, MS. The primary objective is to locate and treat 100% of Chinese tallow trees within a 56-acre delineated project area, achieving a 95% control rate four to six months post-treatment. The Contractor will provide all necessary personnel, equipment, supplies, and supervision, operating under a fixed rate per crew day. Key requirements include using approved herbicides, obtaining proper licenses (including a Mississippi State Commercial Pesticide Applicator license), and adhering to environmental protection guidelines to prevent damage to native vegetation, wildlife, and archaeological sites. The Contractor is responsible for all logistics, including water, mixing chemicals, and spill response. Strict protocols for key control, equipment cleaning, and reporting are mandated. The project aims to restore native habitat and enhance native vegetation growth, with potential for expansion if funds remain.
    This document outlines a request for quotes for invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, MS. The project involves treating 56 acres of invasive species, with the period of performance extending from the contract award date to September 30, 2026. The unit price per acre is inclusive of all supplies and materials required to complete the work in accordance with the Performance Work Statement.
    This government file, Wage Determination No. 2015-5161, Revision No. 30, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract workers in specific Mississippi counties. It details compliance with Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022). The document lists various occupations with their corresponding hourly rates and specifies health & welfare, paid sick leave (EO 13706), vacation, and holiday benefits. It also includes provisions for hazardous pay differentials, uniform allowances, and the conformance process for unlisted job classifications.
    The "Past Experience Questionnaire – 140F0922Q0105" is a critical solicitation document requiring detailed information from prospective contractors for federal, state, and local RFPs. It mandates disclosure of company specifics, including SAM UEI, address, and contact information. The questionnaire focuses on business experience, particularly years in service and as a prime or sub-contractor, with a preference for federal government contract experience. It also inquires about any past failures to complete work. Key personnel details, such as employee numbers, payroll status, and anticipated project staffing, are required. Furthermore, the document requests employee experience for those performing the work. A crucial section demands three references for relevant past performance within the last three years, similar in size and complexity to the solicited work, preferably government contracts. Each reference must include contract agency, value, contact details, dates, and a detailed scope of project. Finally, the document requires a certification from a certifying official, confirming the accuracy and completeness of all provided information.
    Amendment 0001 to Solicitation 140FS326Q0010, issued by FWS SAT Team 3 in Falls Church, VA, on December 3, 2025, corrects the solicitation subject line to "Invasive Species Removal (Herbicide Application)." This amendment clarifies the project's focus, which involves the removal of invasive species through herbicide application. Offerors must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging receipt on their offer, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge the amendment by the specified deadline may result in the rejection of their offer. The document also provides contact information for technical and contract points of contact, Amber Floyd, Travis Carpenter, and Fred Riley, respectively. All other terms and conditions of the original solicitation remain unchanged.
    This government solicitation (RFP 140FS326Q0010) issued by FWS SAT Team 3 is for Invasive Species Removal (Herbicide Application) at FWS Coldwater RIV NWR in Grenada, MS. The offer due date is December 22, 2025, with a period of performance from January 5, 2026, to September 30, 2026. This acquisition is a small business set-aside with NAICS code 115310 and a size standard of $11.5 million. Key clauses include electronic invoicing via the IPP system, reporting of biobased products, and an option to extend services for up to six months. The evaluation criteria prioritize technical and past performance over price. Various FAR clauses are incorporated, emphasizing small business subcontracting limitations, equal opportunity, combating human trafficking, and environmental protection through green acquisition initiatives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    F--Invasive Species Control, Missisquo NWR, VT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for invasive species control at the Missisquoi National Wildlife Refuge in Swanton, Vermont. The project aims to eradicate invasive plant species across approximately 41 acres of grasslands, with a performance period scheduled from July 1 to July 20, 2026. This initiative is crucial for improving habitat for nesting birds and ensuring environmental sustainability. Interested small businesses must submit their quotes by December 8, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide Hazard Fuel Reduction and Pocosin Management services at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves the chipping and mastication of bundled trees across 126 acres, aimed at enhancing habitat and promoting forest health in accordance with the refuge's management plan. This initiative is critical for maintaining ecological balance and protecting sensitive species within the area, including the red-cockaded woodpecker. Interested vendors must submit their proposals, including a filled-out SF18, price schedule, and past experience references, by December 5, 2025, with inquiries directed to Merenica Banks at merenicabanks@fws.gov.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.
    TULE PROPERTY CLEARING
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    Region 3 Fuels Management Follow-on IDIQ
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, Region 3, is seeking proposals for the Region 3 Fuels Management Follow-on Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at providing fuels treatment, wildfire hazard reduction, and related services across various national forests and grasslands in Arizona and New Mexico. The contract encompasses a range of activities including vegetation manipulation, burn unit preparation, and stand improvement, with a base period of one year and four optional one-year extensions. This initiative is critical for enhancing forest health and reducing wildfire risks, thereby supporting environmental conservation efforts. Interested small businesses must submit their proposals by December 5, 2025, and direct any inquiries to Contract Specialist Ma Estrellita Dasmarinas at SM.R3.FPO.FUELSMGTIDIQ@USDA.GOV by November 10, 2025.
    FARGO-MOORHEAD FOREST MITIGATION PLANTING
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contractor for the Fargo-Moorhead Metropolitan Area Flood Risk Management Forest Mitigation Planting project. This initiative requires the contractor to provide all necessary labor, materials, and equipment to execute forest planting and maintenance across approximately 165.2 acres, including the establishment of trees, grasses, and forbs, as well as invasive species management over a three-year period. This project is crucial for environmental mitigation associated with the larger flood risk management efforts in the area. The solicitation is expected to be released in mid-December 2025, and interested parties should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information. The contract will be a Firm, Fixed-Price contract, set aside for small businesses, with a NAICS code of 115310 and a size standard of $11.5 million.