F--WI-UPR MS RIV NATL WILDL-SITE PREPARATION
ID: 140FS225Q0056Type: Solicitation
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 TREE PLANTING (F005)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a contract focused on the restoration of the Mesic Bottomland Forest at the Driftless Area National Wildlife Refuge in Wisconsin. The project entails a comprehensive four-phase service initiative over two years, including herbicide site preparation, mechanical site preparation, tree and shrub planting, and post-planting maintenance, aimed at enhancing habitats for neotropical migratory birds and tree-roosting bats. This opportunity is set aside for small businesses, reflecting the government's commitment to environmental restoration and small business participation in federal contracting. Interested contractors must conduct a mandatory site visit and submit proposals electronically by February 18, 2025, with inquiries directed to Khalilah Brown at khalilah_brown@fws.gov or by phone at 571-547-3407.

    Point(s) of Contact
    Brown, Khalilah
    (571) 547-3407
    (000) 000-0000
    khalilah_brown@fws.gov
    Files
    Title
    Posted
    The Driftless Area National Wildlife Refuge, managed by the U.S. Fish & Wildlife Service, is planning a Bottomland Tree Planting initiative at the Howard Creek Unit. This project, designated for 2025, involves the planting of trees over an area of 5 acres to enhance the refuge's ecosystem. The map included indicates the locations of both closed and open areas within the refuge, facilitating awareness of the project's spatial context. This initiative reflects a commitment to ecological restoration and habitat improvement within the wildlife refuge system, focusing on increasing biodiversity and sustaining local wildlife populations through strategic planting efforts.
    The U.S. Fish & Wildlife Service has approved a Pesticide Use Proposal (PUP) for 2024 to manage invasive plants across multiple wildlife refuges in Illinois, Iowa, Minnesota, and Wisconsin. The proposal specifically focuses on using the herbicide triclopyr to effectively control harmful woody plants and enhance native habitat, thereby supporting ecological restoration and wildlife management objectives. The primary contact for the plan is Wildlife Biologist Stephen Winter, with support from Refuge Manager Sabrina Chandler. The PUP outlines integrated pest management strategies that include non-chemical methods and best management practices to mitigate risks to non-target species and nearby ecosystems. The area to be treated spans approximately 2,740 acres and includes various treatment types such as basal bark applications and backpack spraying. Importantly, the proposal ensures compliance with the Endangered Species Act, noting that federally listed species within the treatment area are not likely to be adversely affected. State-listed and candidate species, including the Monarch Butterfly, have also been identified, prompting further consultation with state agencies. This PUP exemplifies the federal commitment to maintaining biodiversity and ecosystem health while mitigating the impacts of invasive species.
    The document outlines a Pesticide Use Proposal (PUP) submitted by the U.S. Fish & Wildlife Service for managing invasive species and improving wildlife habitats in regions of Illinois, Iowa, Minnesota, and Wisconsin for the calendar year 2024. The PUP, approved by management personnel, involves the targeted use of the herbicide clethodim across three national wildlife refuges to control undesirable grasses that threaten native vegetation. The proposal emphasizes an Integrated Pest Management approach, incorporating both chemical and non-chemical methods, including prescribed fire and mechanical control. It details the specific areas for treatment, proximity to water sources, and potential effects on non-target and federally listed species, ensuring compliance with ecological and regulatory standards. Additionally, the document provides comprehensive information on application methods, safety measures, and anticipated positive impacts on priority habitats. The overall goal is to restore and maintain healthy ecosystems while minimizing adverse effects on wildlife through judicious pesticide use, underlining the agency's commitment to conservation and responsible environmental management.
    The Driftless Area National Wildlife Refuge's Statement of Work outlines a project to convert 5 to 10 acres of reed canary grass into a mesic bottomland forest. The project aims to enhance habitat for neotropical migratory birds and tree-roosting bats. It involves herbicide treatment, mechanical soil preparation, tree and shrub planting, and subsequent maintenance for three growing seasons. Treatments include two herbicide applications of specified chemicals, soil scarification to create suitable seedbeds, and a structured planting of trees and shrubs with GPS tracking. Materials must be sourced from within 500 miles and meet specific sizing criteria. The plan includes rigorous quality assurance measures to ensure at least 80% survival of planted stock after the first year. The project runs from August 1, 2024, to October 31, 2027, under the guidance of a designated Refuge contact. Overall, the document serves as a detailed blueprint for contractors to restore a crucial wildlife habitat while adhering to federal guidelines.
    The document appears to be a corrupted or heavily encrypted file with no coherent information readily discernible regarding government Requests for Proposals (RFPs), federal grants, or state/local RFPs. As such, it lacks clear topic structure, key ideas, or supporting details typically present in documents of this nature. The fragmented text and nonsensical characters do not convey any understandable content related to government operations or funding initiatives. Therefore, it is not possible to extract a meaningful summary or analysis regarding the purpose or context of the proposed government documents. The essential requirements of clarity, relevance, and conformity to expected formats for RFPs and grant applications are unmet in this material.
    The document pertains to a solicitation amendment (140FS225Q0056) related to a contract for the restoration of the Mesic Bottomland Forest at the Driftless Area National Wildlife Refuge in Iowa. The amendment extends the submission deadline to February 18, 2025, at 12:00 PM EST. This is a small business set-aside contract requiring interested vendors to conduct a site visit to fully grasp the project's requirements, which spans four phases over two years. Proposals must include a completed SF-1449 form, a technical proposal, and details on anticipated completion timelines for each phase. Contractors will be evaluated based on technical expertise, certifications, site visits, price competitiveness, and past performance. Communication regarding quotes and inquiries must be directed via email to the designated contract specialists. The overall aim is to secure a qualified vendor for specialized environmental restoration services, emphasizing comprehensive understanding and adherence to specific project criteria.
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a contract focused on the restoration of the Mesic Bottomland Forest at the Driftless Area National Wildlife Refuge near Prairie du Chien, Wisconsin. This Request for Proposal (RFP) is set aside entirely for small businesses and includes a firm-fixed price contract for a comprehensive four-phase service project that spans two years. The phases consist of herbicide site preparation, mechanical site preparation, tree and shrub planting, and post-planting herbicide maintenance. Interested contractors must conduct a mandatory site visit to understand project requirements fully, with details outlined in an attached Statement of Work. Evaluation criteria include technical expertise, site visit participation, compliance with the Statement of Work, competitive pricing, and past performance. Inquiries and quotes must be submitted electronically by February 13, 2025. The document is structured with sections detailing the solicitation number, payment information, applicable federal clauses, and requirements for contractor compliance. This solicitation reflects the government's ongoing efforts to promote environmental restoration while fostering small business participation in federal contracting opportunities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Woody Vegetation Removal (Mulching), McFaddin NWR,
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking small business contractors for a project involving the mulching of woody vegetation across 165 acres at the McFaddin National Wildlife Refuge in Sabine Pass, Texas. The objective of this procurement is to enhance environmental management by removing dense vegetation, with contractors required to provide personnel, machinery, materials, and supervision for the task. This initiative underscores the government's commitment to supporting small businesses, particularly those owned by veterans or economically disadvantaged individuals, while ensuring compliance with federal regulations regarding labor and environmental protections. Interested vendors must submit their technical and price proposals by March 21, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information. The estimated contract value is $11.5 million, with delivery expected by September 30, 2025.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    FIRE/BIL: Tree/Brush Removal Agassiz NWR, Middle R
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting bids for a tree and brush removal project at the Agassiz National Wildlife Refuge in Middle River, Minnesota, aimed at enhancing firebreaks. The project involves the removal of woody vegetation from levees to maintain their integrity for flood control and habitat preservation, with contractors required to follow specific ecological and safety protocols. This initiative underscores the government's commitment to environmental stewardship and public safety, ensuring compliance with federal regulations and labor standards. Proposals are due by 5:00 PM ET on March 28, 2025, and interested vendors should contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information.
    MD-FWS ESTRN NECK NWR-MOWING/LANDSCAPING
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide mowing and landscaping services at the Eastern Neck National Wildlife Refuge in Maryland. This procurement, designated under the Indian Small Business Economic Enterprise (ISBEE) set-aside, aims to maintain the refuge's grass height below three inches from April to November, with weekly mowing and trimming tasks. The contract, valued at $9.5 million, emphasizes the importance of environmental stewardship and aesthetic maintenance in sensitive areas, while promoting participation from small and Indian businesses in federal contracting. Interested bidders must submit their quotations by March 27, 2025, following a site visit on March 20, 2025, and should contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further details.
    HI PACIFIC ISLANDS FWO SPECIES TECH RPTS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking technical support for a 5-year review of species status reports, specifically for Tuberolabium guamense and other potential species assessments. The contractor will analyze scientific data to support decisions under the Endangered Species Act, ensuring compliance with conservation principles and governmental regulations. This opportunity emphasizes the importance of utilizing the best available data to protect endangered species while fostering participation from small businesses, as the contract is set aside for total small business participation. Quotes must be submitted by March 19, 2025, with the performance period running from April 1, 2025, to March 31, 2030. For inquiries, interested parties can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
    F--Fire Break Creation Tamarac NWR, Rochert MN
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the creation of a fire break at the Tamarac National Wildlife Refuge in Rochert, Minnesota. The project involves constructing a fire break approximately 0.46 miles long and covering 2.24 acres, aimed at reducing wildfire risks and improving access for fire suppression efforts. This initiative is part of the government's commitment to environmental management and safety, emphasizing the importance of maintaining natural resources and protecting community safety. Proposals are due by March 21, 2025, with a performance period from April 1, 2025, to December 31, 2025. Interested vendors should contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further details and ensure compliance with all submission requirements.
    OR-SHELDON NWR-LOW TECH STRM RESTORATION
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The project aims to design and implement restoration techniques that mimic natural structures to enhance aquatic habitats along Thousand Creek and Fish Creek, with work scheduled from April 1, 2025, to December 31, 2025. This initiative is crucial for improving stream health and promoting environmental sustainability, requiring contractors to obtain necessary environmental permits and comply with eco-friendly practices. Interested parties must register with the System for Award Management (SAM) and can contact Roger Lockhart at rogerlockhart@fws.gov or 404-679-7124 for further details.
    HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide Marine Natural Resource Support Services for the Pacific Islands Fish and Wildlife Office, specifically for projects at Wake Atoll. Contractors must possess valid U.S. Coast Guard Captain’s licenses, have prior experience with vessel operations and SCUBA, and be residents of Hawaii, as the services will include operating vessels for scientific diving, conducting inspections for SCUBA tanks, and managing logistics for field operations. This procurement emphasizes environmental conservation and compliance, with a contract performance period from April 1, 2025, to April 1, 2026, and a potential one-year extension. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and interested parties can contact Oscar Orozco at oscarorozco@fws.gov for further information.
    F--AL-DEEP HORIZON NRDA ARO-INVASIVE SPECIE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for invasive species treatment at the Bon Secour National Wildlife Refuge in Alabama, specifically targeting cogon grass, torpedo grass, and rattlebox on a newly acquired 73.43-acre tract. The contractor will be responsible for achieving a 95% control rate over approximately 12 acres by applying approved herbicides, with treatments scheduled to commence around April 1, 2025, and concluding by May 31, 2026. This initiative is part of the broader Deepwater Horizon Gulf restoration efforts, emphasizing the importance of managing invasive species to protect native ecosystems. Interested contractors must submit proposals by March 17, 2025, and can direct inquiries to Lamont Sawyers at lamontsawyers@fws.gov.