OR-HART MTN-NTL ANTELOPE REF PINE STRG
ID: 140FS325Q0069Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Nursery and Tree Production (111421)

PSC

SEEDS AND NURSERY STOCK (8730)

Set Aside

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

    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for the storage, seed extraction, and grow-out of ponderosa pinecones at Hart Mountain National Antelope Refuge. This procurement, designated as a 100% Small Business Set-Aside, aims to transport, store, and cultivate approximately 43,000 ponderosa pine seedlings to support reforestation efforts following significant wildfire damage. The successful contractor will adhere to best practices for processing and growing seedlings over a two-year period, with project completion expected by 2027. Quotes must be submitted by April 30, 2025, and interested parties should contact Lee Riley at lee_riley@fws.gov or 404-679-4158 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Past Experience Questionnaire" is a required form for businesses submitting proposals in response to government RFPs. It collects essential company information such as name, address, contact details, and type of business. The document aims to assess a contractor's experience and qualifications, necessitating a detailed account of the company's operational history, including years of service, prime and subcontracting experiences, and any instances of incomplete work. Key personnel involvement is addressed, along with the size of the employee base expected to fulfill project requirements. Contractors are required to list pertinent past projects completed in the last three years, particularly government contracts, providing comprehensive contract details for evaluation. The form culminates in a certification section where the submitting official affirms the accuracy of the provided information. Overall, this questionnaire serves as a critical component in the evaluation process for government contracts, ensuring businesses meet eligibility and competence standards necessary for successful bid submissions.
    The document outlines a Request for Quotes (RFQ) from the U.S. Fish and Wildlife Service (USFWS) for the storage, seed extraction, and grow-out of ponderosa pinecones at Hart Mountain National Antelope Refuge. This acquisition, designated as a 100% Small Business Set-Aside, seeks contractors to transport, store, and grow out approximately 43,000 ponderosa pine seedlings necessary for reforestation efforts following significant fire damage. The successful contractor will ensure best practices are followed for storing and processing the pinecones, as well as growing healthy seedlings over a two-year period. Quotes must be submitted by April 30, 2025, and should include documentation such as the SAM Unique Entity Identifier and past performance references. Payments will be processed electronically via the U.S. Department of the Treasury's Invoice Processing Platform. This initiative is critical for restoring biodiversity and maintaining the ecological integrity of the refuge, which suffered extensive damage from wildfire. The timelines for this project are specified, with completion expected by 2027. The document emphasizes adherence to government procurement regulations and underscores the importance of compliance throughout the contract period.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    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.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    FY 26 Complete Common Stand Exams SSRP Lincoln National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking proposals for a firm-fixed-price contract to conduct Common Stand Exams (CSEs) as part of the South Sacramento Restoration Project (SSRP) in the Lincoln National Forest, New Mexico. This contract, set aside 100% for small businesses, aims to collect critical data from 541 points across ten bid items, which will support the monitoring of the Mexican Spotted Owl Management Experiment and facilitate timber sales and hazardous fuels reduction treatments. The project is significant for enhancing forest health and timber production, aligning with federal initiatives to expand American timber production. Proposals are due by January 5, 2026, with an estimated contract value of $11.5 million and a performance period from February 5, 2026, to February 4, 2028. Interested contractors should direct inquiries to Shavera Leveille at shavera.leveille@usda.gov or call (912) 463-3328.
    ARKANSAS LOOP THINNING AND SEEDING
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for the FY2026 Arkansas Loop Thinning Project, which involves manual fuels reduction and seeding across approximately 213 acres located northeast of Aztec, New Mexico. The project is structured into five options, with the first option covering 125 acres and the remaining options contingent on funding availability; work will include hand-cutting pinyon and juniper trees, managing slash, and pre-thinning seeding. This initiative is critical for forest management and conservation efforts, ensuring ecological balance while adhering to specific guidelines regarding migratory birds and big game habitats. Interested small businesses must submit their quotes by January 23, 2026, following a site visit scheduled for January 14, 2026, and should contact Audrey Whetham at awhetham@blm.gov for further information.
    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.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.