TX JOCELYN NUNGARAY NWR (formerly Anahuac NWR) HAZ
ID: 140FS225Q0137Type: Solicitation
AwardedAug 18, 2025
$190K$190,000
AwardeeThompson Land Management & Clearing LLC 632 OLD HIGHWAY 43 Brandon MS 39047 USA
Award #:140FS225P0296
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST-RANGE FIRE SUPPRESSION/PRESUPPRESSION (F003)

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 a hazardous fuels and debris removal project at the Big Oak Unit of the Jocelyn Nungaray National Wildlife Refuge in Texas. The procurement involves the removal or mulching of vegetation and debris across 400 acres, with a contract performance period from July 28, 2025, to July 27, 2026, aimed at reducing wildfire risks and maintaining wildlife habitats. This initiative underscores the government's commitment to environmental conservation and public safety, with a total small business set-aside to encourage participation from smaller firms. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals electronically by the specified deadline, with inquiries directed to Jeremy Riva at jeremy_riva@fws.gov or by phone at 240-381-7321.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for a non-personal services contract aimed at the removal of hazardous fuels and debris at the Big Oak Unit of the Jocelyn Nungaray National Wildlife Refuge in Texas. The contractor will be responsible for mulching or removing vegetation and debris across 400 acres, ensuring compliance with specific guidelines regarding size and placement of mulch, prevention of regrowth, and cleanup of work areas. The contract runs from award until December 31, 2026, with performance expectations including weekly reports and adherence to environmental standards. The contractor must manage operations during dry conditions to mitigate soil disturbance and maintain communication with federal personnel. No government-furnished services or materials will be provided, placing full responsibility on the contractor for all aspects of work execution. This initiative supports wildfire risk reduction and maintenance of the wildlife habitat, reflecting broader government objectives related to environmental conservation and public safety.
    This document serves as Amendment 0001 to solicitation number 140FS225Q0137, issued by the U.S. Fish and Wildlife Service for hazardous fuels and debris removal at the Big Oak Unit, formerly Anahuac National Wildlife Refuge. The amendment outlines critical modifications, including the establishment of site visit dates set for July 14 and July 15, 2025, at 9 AM CDT to discuss project requirements. Interested contractors must acknowledge receipt of this amendment via specific methods prior to the due date to avoid the rejection of their proposals. The document emphasizes the importance of communication with the designated agency contact, Jesse Rodriguez, for any inquiries regarding the site visits. It ensures compliance with federal contracting procedures, maintaining all original terms and conditions except for those explicitly altered by this amendment. Overall, this amendment contributes to the procurement process by facilitating contractor engagement and clarifying project timelines.
    The document is a Request for Quotation (RFQ) for hazardous fuels and debris removal at the Jocelyn Nungaray National Wildlife Refuge (formerly Anahuac NWR), with a performance period running from July 28, 2025, to July 27, 2026. It is a federal solicitation aimed at small businesses and emphasizes best value over the lowest price, considering the contractor's ability to meet the scope of work and completion timelines. Bids must be submitted electronically by the specified deadline, including supporting documentation that outlines qualifications. The contract is subject to various clauses under the Federal Acquisition Regulation (FAR), with payment requests processed via the Invoice Processing Platform (IPP). The document outlines specific compliance regulations, including minority and women-owned business participation, and states that it integrates clauses related to service contracts and labor standards. Also included are provisions for insurance, reporting requirements, and requirements for subcontractor disclosures in maintaining compliance with relevant federal laws. The emphasis on contract awards to small businesses underscores the government's support for inclusive economic opportunities while addressing environmental safety and wildlife refuge maintenance.
    Similar Opportunities
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    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.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    Invitation for Bids, Sam Rayburn and Town Bluff Lakes, Jasper, Texas, SALVAGE Contract
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Fort Worth District, is inviting bids for a Government Forest Products Salvage Contract at Sam Rayburn and Town Bluff Lakes in Texas. This solicitation seeks bids for the purchase and removal of government-owned pine and hardwood timber, with an estimated volume of 500 tons of pine sawtimber and 100 tons each of various hardwood and pine products. The contract is significant for managing forest resources and ensuring sustainable timber practices. Bids are due by January 8, 2026, at 9:00 AM local time, with a required bid deposit of $1,000 for Item 1, and interested parties can contact Corey Walk at corey.d.walk@usace.army.mil or John Hamilton at john.w.hamilton@usace.army.mil for further details.
    F--Special Notice of Intent to Sole Source Award - Emergency Tree Removal
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for emergency tree removal services to Zorza, Inc. This contract aims to address the urgent need for the removal of dead, damaged, and structurally compromised trees that pose a direct threat to public safety and critical infrastructure on USFWS property. The selected contractor, Zorza, Inc., has been chosen due to their proven ability to respond quickly to emergencies and their familiarity with the site, ensuring that the hazardous trees are removed promptly to mitigate risks. Interested parties may submit a statement of capabilities to Lorenzo Aragon at lorenzoaragon@fws.gov, but this notice does not constitute a solicitation, and any associated costs for submissions will not be reimbursed by the government.