F--Mechanical Treatments, Hobe Sound NWR, FL
ID: 140FS325Q0058Type: 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

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 6:00 PM UTC
Description

The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide mechanical treatments at the Hobe Sound National Wildlife Refuge in Florida. The primary objective of this procurement is to conduct vegetation management over approximately 88 acres, enhancing habitat for native wildlife, particularly the Florida scrub-jay, while adhering to environmental regulations. This project is crucial for maintaining biodiversity and reducing wildfire hazards in scrub habitats. Interested contractors must submit their quotes by April 4, 2025, with a total contract value of approximately $11.5 million, and can direct inquiries to Contract Specialist Fred Riley at fred_riley@fws.gov.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 12:04 PM UTC
The Performance Work Statement (PWS) outlines a contract for mechanical vegetation treatments at the Nathaniel P. Reed Hobe Sound National Wildlife Refuge in Florida for FY25. The project aims to reduce scrub fuels to manage vegetation and enhance habitat for native wildlife, particularly the federally listed Florida scrub-jay. The contractor is responsible for providing all necessary personnel, equipment, and materials to perform the work while adhering to specific guidelines and protecting endangered species such as gopher tortoises and Eastern indigo snakes. The project includes treatment of approximately 88 acres, utilizing mechanized methods to ensure minimal ecological disturbance and avoiding non-target species. The contractor must comply with a detailed plan to complete the work within six months while maintaining ongoing communication with government representatives. The contract structure is Firm Fixed Price, and performance will be evaluated against established metrics, emphasizing compliance, safety, and effective vegetation management to maintain a healthy ecosystem and reduce wildfire hazards. The project underscores the ecological importance of scrub habitats and the urgency of restoring these areas to support biodiversity.
Mar 27, 2025, 12:04 PM UTC
The document outlines a federal request for proposals (RFP) for mechanical treatments at the Nathaniel P. Reed Hobe Sound National Wildlife Refuge (NWR) from April 15, 2025, to February 28, 2026. It includes a quote schedule for managing three designated units totaling 88 acres, with specific coordinates for each area: Unit 1 encompasses 58 acres, Unit 2 spans 9 acres, and Unit 3 covers 21 acres. The pricing structure includes a unit price that comprehensively covers all necessary supplies and materials required for the project. This initiative is designed to enhance land management practices at the refuge, focusing on conservation and habitat improvement while complying with federal regulations. The document serves as a formal solicitation for contractors to submit bids to perform the required services within the specified timeframe and location.
Mar 27, 2025, 12:04 PM UTC
The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines wage rates and fringe benefits for various occupations in Florida, specifically the counties of Martin and St. Lucie. The minimum wage requirements derive from Executive Orders 14026 and 13658, mandating contractors to pay at least $17.75 or $13.30 per hour respectively, depending on contract dates and extensions. A detailed list of occupational codes includes wage rates for roles such as administrative support, automotive service, food preparation, and healthcare positions. Employees are entitled to health and welfare benefits, vacation, and holiday pay. The document also specifies conformance processes for unlisted job classes, ensuring workers are compensated relative to established wage rates. Additionally, it mentions specific provisions like uniform allowances and hazardous pay differentials that may apply to certain occupations. This wage determination is important for federal contractors to comply with labor standards, thereby ensuring fair labor practices within government contracts.
Mar 27, 2025, 12:04 PM UTC
The Past Experience Questionnaire is a critical component of federal contracting solicitations, designed to assess a prospective contractor's qualifications and experience. It requires companies to provide detailed information about their business, including their type of organization, years of relevant experience, and previous contract performance, specifically focusing on federal contracts. Key sections include inquiries about employee availability and expertise, as well as references from past projects that reflect similar scope and complexity to the current solicitation. Contractors must certify the accuracy of their information before submission. This structured approach ensures that the government can evaluate the contractor’s capability to fulfill project requirements effectively, emphasizing the importance of demonstrated past performance in the selection process.
Mar 27, 2025, 12:04 PM UTC
The document serves as Amendment 0001 to Solicitation No. 140FS325Q0058, correcting the closing date for offers related to the FL Hobe Sound NWR - Hobe Sound - Scrub Mechanical Treatments. The deadline for submission has been extended to April 4, 2025, at 2 PM EST. Contractors are instructed to acknowledge receipt of this amendment in their submissions or via electronic communication prior to the new deadline. The amendment details the protocol for modifying existing offers and clarifies that all other terms and conditions remain unchanged. Key contact points for technical inquiries and contract administration are provided, ensuring that interested parties have access to necessary support for their submissions. This amendment demonstrates the government's intent to maintain transparency and facilitate contractor participation in the solicitation process while ensuring compliance with administrative requirements.
Mar 27, 2025, 12:04 PM UTC
The document outlines a Request for Proposal (RFP) for contract services associated with Scrub Mechanical Treatments at the Hobe Sound National Wildlife Refuge. The project is scheduled to be administered by the U.S. Fish and Wildlife Service, with the contract effective from April 15, 2025, to February 28, 2026. The primary objective is to conduct mechanical vegetation treatments, with the total award amount set at $11.5 million. Offerors are required to submit their proposals, adhering to guidelines specified in the Federal Acquisition Regulation (FAR) and other applicable clauses. The evaluation process emphasizes best value, considering technical performance and pricing. The document also incorporates numerous statutory requirements and executive orders related to small business participation, environmental compliance, and socio-economic initiatives. Additionally, contractors are mandated to comply with payment systems, reporting obligations, and maintain eligibility regarding procurement practices, solidifying the government's commitment to equitable business opportunities and regulatory compliance throughout the contracting process.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
MS-FWS NOXUBEE-HERBICIDE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for herbicide application services at the Noxubee National Wildlife Refuge (NWR) in Mississippi, under solicitation number 140FS325Q0063. The primary objective is to manage invasive species, specifically Bicolor Lespedeza, by applying a specified herbicide mixture across approximately 124 acres, with a focus on compliance with environmental regulations and treatment protocols. This contract is set aside for small businesses and includes a base period of three months with two optional extensions, emphasizing the importance of effective habitat conservation efforts. Interested bidders must submit their proposals by April 22, 2025, with an anticipated award date of May 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
CT-FWS STEWART B MCKINNEY-PESTICIDE
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for herbicide application services at the Stewart B. McKinney National Wildlife Refuge in Connecticut, under solicitation number 140FS325Q0066. The primary objective is to control invasive swallow-wort species through a targeted chemical treatment over a 4.18-acre area, with the goal of reducing its coverage by 30% during two application phases in 2025. This initiative is crucial for restoring native plant habitats and supporting local wildlife, aligning with broader environmental management efforts. Interested small businesses must submit quotes by April 25, 2025, following a mandatory site visit on April 23, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information. The estimated budget for this project is $9.5 million.
Mechanical Treatment Brushing on the Chequamegon Nicolet National Forest
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for mechanical treatment and brushing services on the Washburn Ranger District of the Chequamegon-Nicolet National Forest in Wisconsin. The project aims to mechanically remove sub-merchantable trees and shrubs across five designated areas totaling 85 acres, with operations scheduled from August 1 to September 30, 2025, to enhance forest health and biodiversity. This initiative underscores the federal commitment to sustainable land management practices and habitat restoration on public lands. Interested small businesses, including service-disabled veteran-owned and HUBZone companies, should direct inquiries to Debra Derickson at Debra.Derickson@usda.gov, with a total contract value of $11.5 million and proposals due by the specified deadline.
F--OR-SHELDON NWR-LOW TECH STRM RESTORATION
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for a federal contract focused on the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The project aims to enhance aquatic habitats by implementing restoration techniques that mimic natural structures, specifically along Thousand Creek and Fish Creek, with a performance period from May 1, 2025, to April 30, 2026. This initiative is crucial for improving stream health and biodiversity, aligning with federal and state environmental restoration efforts. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
S--JANITORIAL SERVICES Noxubee NWR, MS
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for janitorial services at the Noxubee National Wildlife Refuge in Mississippi. The contract requires weekly cleaning of the Visitor Center restrooms and a vault toilet at Bluff Lake Boat Ramp, ensuring high standards of cleanliness and hygiene for public facilities. This procurement is vital for maintaining a safe and welcoming environment for visitors, with a focus on compliance with federal regulations and standards. Interested small business contractors must submit their proposals by April 23, 2025, including a completed SF 1449 form, and are encouraged to attend mandatory site visits on April 10 and April 16, 2025. For further inquiries, contact Stephanie Long at stephanielong@fws.gov or by phone at 404-679-4059.
F--HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting quotes for Marine Natural Resource Support Services, specifically targeting projects at Wake Atoll in the Pacific Islands, including Hawaii, Guam, and the Commonwealth of the Northern Marianas. Contractors are required to provide comprehensive personnel, equipment, and logistical support for marine surveys, including vessel operations, safety management, and SCUBA diving operations, with a focus on environmental conservation and compliance. This procurement is a total small business set-aside, with a performance period from May 1, 2025, to May 1, 2026, and an option for a one-year extension; interested parties must submit proposals that meet specific qualifications, including valid U.S. Coast Guard licenses and relevant experience, by the designated deadlines. For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide upfit services for emergency vehicles, specifically Ford F-150 trucks, to enhance the safety and functionality of Federal Wildlife Officers. The project requires the installation of emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to strict quality and safety standards while minimizing modifications to maintain vehicle resale value. This initiative is crucial for ensuring that wildlife law enforcement personnel are equipped with reliable and effective vehicles for their duties. Interested vendors must submit their quotes by April 18, 2025, with a delivery deadline set for September 30, 2025. For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
BOSH BOTANICAL SURVEY
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified small businesses to conduct a botanical survey as part of the Bruneau-Owyhee Sage-Grouse Habitat (BOSH) project in southwest Idaho. The objective is to assess sensitive plant species and noxious weeds within a 1.67 million-acre area, focusing on a 33,734-acre treatment zone prior to juniper cutting activities, with the aim of informing biological evaluations and enhancing ecological stewardship. This initiative is crucial for biodiversity conservation and aligns with federal efforts in environmental resource management. Interested firms must submit their quotes by April 16, 2025, at 11:00 A.M. MDT, with the performance period scheduled from May 1, 2025, to October 31, 2025. For further inquiries, contact Thomas Parsons at tparsons@blm.gov or call 208-373-3911.
F--Herbicide Application- Big Thicket NP, Texas
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide herbicide application services at Big Thicket National Preserve in Texas. The project involves treating 52 acres to control resprouting shrubs and hardwood trees, thereby supporting the restoration of Longleaf pine ecosystems by eliminating specific invasive species. This procurement is crucial for environmental management efforts and aims to ensure the preservation of native flora within the preserve. Proposals are due by April 22, 2025, at 12:00 PM Mountain Time, and interested parties must contact Samuel Hyslop at samuelhyslop@nps.gov or 970-880-4482 for further details.
Y--GA PIEDMONT NWR RESTROOM FOUNDATION
Buyer not available
The U.S. Fish and Wildlife Service is seeking contractors for the repair of restroom and shower facilities at the Piedmont National Wildlife Refuge in Hillsboro, Georgia. The project involves stabilizing the Pippins Lake Comfort Station, which has experienced significant structural deficiencies, by driving piers to support the building slab and ensuring operational status during construction. This initiative underscores the government's commitment to maintaining public resources within national wildlife refuges while adhering to strict safety and environmental regulations. Interested small businesses must submit their bids by April 10, 2025, with a total project cost estimated to be less than $25,000 and a completion deadline of June 30, 2025. For further inquiries, contractors can contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.