NM-BITTER LAKE NWR-BTR HAZARDOUS FUELS
ID: 140FS224Q0304Type: Combined Synopsis/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- LAND TREATMENT PRACTICES (F006)

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 NM-Bitter Lake NWR-BTR Hazardous Fuels project, which involves the removal of salt cedar trees from designated areas within the Bitter Lake National Wildlife Refuge in Roswell, New Mexico. The primary objectives of this procurement include enhancing wildlife habitats, improving access for staff, and reducing wildfire risks by ensuring waterways and drainages are clear of debris. This project is critical for ecological restoration and is scheduled to take place from September to December 2024 and January to March 2025. Interested contractors must submit their quotes by September 25, 2024, and can direct inquiries to Lydia Patrick at lydia_patrick@fws.gov or by phone at 308-635-7851.

    Point(s) of Contact
    Patrick, Lydia
    (308) 635-7851
    (308) 635-7841
    Lydia_Patrick@fws.gov
    Files
    Title
    Posted
    The Bitter Lake National Wildlife Refuge (NWR) Wildfire Prevention Plan outlines essential protocols to mitigate and swiftly respond to wildfire risks associated with contractor activities in the high-risk, arid environment. Key requirements include implementing fire prevention measures, such as training personnel, maintaining equipment with spark arresters, and maintaining a mobile fire toolbox stocked with firefighting tools. Contractors must designate a Fire Guard to oversee adherence to the prevention plan, ensuring that all employees are trained and aware of wildfire risks. Compliance inspections by the Contract Officer's Representative (COR) will ensure adherence to fire safety protocols, with immediate corrections mandated for any deficiencies. Communication channels must be established between work crews and the COR, maintaining English as the communication language. In the event of fire, contractors are required to act independently to suppress the fire and report it promptly to local authorities and the COR. Equipment must be regularly inspected for safety, with specific standards for power saws and vehicles to minimize ignition risks. Overall, the document emphasizes the seriousness of wildfire prevention in contract work at Bitter Lake NWR, detailing responsibilities and compliance requirements critical for protecting both personnel and wildlife habitat.
    The Bitter Lake National Wildlife Refuge (BTNWR) in Roswell, NM, seeks contractors for a project aimed at removing salt cedar from its designated areas to protect waterways and enhance wildlife habitats. The project involves hand-cutting trees with chainsaws and applying herbicide treatment, necessitating the removal of all vegetative debris to prevent the spread of salt cedar. This effort aims to achieve clear drainages, reduce wildfire risks, improve access for staff, and enhance the area’s safety. The work is scheduled from September to December 2024, and January to March 2025, with specific operational requirements detailed, including the provision of expected herbicide solutions by the refuge. The contractor must adhere to safety measures, maintain effective communication with refuge staff, and comply with established codes regarding work schedules and federal holidays. The project emphasizes ecological restoration and is crucial for the preservation of the refuge's natural resources.
    The document outlines the Wage Determination No. 2015-5455 under the Service Contract Act, detailing wage rates and fringe benefits that federal contractors in New Mexico must adhere to, particularly for occupations associated with federal contracts. It specifies minimum wage requirements based on Executive Orders 14026 and 13658, effective based on contract dates. The established minimum wage for covered workers is set at $17.20 per hour for contracts awarded after January 30, 2022, and $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The document lists numerous occupations along with their corresponding hourly rates and includes information on additional benefits such as health and welfare allowances, vacation, and paid sick leave stipulations under Executive Order 13706. Furthermore, it outlines requirements for contractors regarding uniform allowances and the conformance process for unlisted job classifications. This Wage Determination serves as a critical reference for compliance with wage regulations in government contracts and supports worker protection initiatives, aligning with federal standards for employment within service contracts.
    The document outlines the requirements for bidders to provide their past experience and references when responding to federal and state/local Requests for Proposals (RFPs). Bidders must detail relevant past performance by listing up to three comparable contracts or experiences, including contract type, value, agency, and duration of work. They are also required to provide a brief description of their duties. To be considered, references need to be included with a point of contact's name, phone number, and email address. The document emphasizes the importance of demonstrating relevant experience and skills, ensuring the bidders have qualifications that align with the project’s specifications. Submissions are to be sent to Darla Freyholtz Ballard by the specified deadline, reflecting the structured process of RFP response management in government operations.
    The U.S. Fish and Wildlife Service has issued a Request for Proposal (RFP) for hazardous fuels reduction at Bitter Lake National Wildlife Refuge. This RFP encompasses the solicitation of contractors to manage and mitigate hazardous fuels in order to improve fire safety and ecological health. The document includes various clauses related to federal procurement, such as the System for Award Management, commercial products and services terms, and regulations regarding contractor responsibilities, including environmental compliance. Key elements of the RFP include requirements for contractor qualifications, submission guidelines, and provisions for invoicing and payment via the Department of the Interior's electronic invoicing system. Specific documents to be provided with offers include a Statement of Work, Fire Suppression Plan, and a Wage Determination form. The purpose of this initiative is to ensure the ecological integrity and safety of the refuge, while adhering to federal regulations and supporting small business participation. This document serves as a formal framework for potential contractors, detailing the necessary steps, compliance needs, and expectations set by the government for participation in the proposal process. Overall, the RFP signifies a commitment to effective land management and environmental stewardship within the federal framework.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    Hanford Reach Ntl. Monument planting 20k sagebrush
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking small business contractors to undertake the planting of 20,000 bare-root Wyoming sagebrush seedlings at the Hanford Reach National Monument in Washington. The project aims to support ecological restoration efforts by utilizing seedlings provided by the government, covering approximately 45 acres, and adhering to specific planting instructions to ensure optimal growth conditions. This initiative is part of broader federal efforts to preserve biodiversity and manage natural resources effectively, with the planting scheduled between November 15 and December 20, 2024, contingent on weather conditions. Interested contractors must submit their quotes by October 14, 2024, and can contact Adam Graham at adamgraham@fws.gov or 762-325-0609 for further details.
    Irrigation Repairs at Valle De Oro NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to undertake extensive repairs to the drip irrigation system at the Valle De Oro National Wildlife Refuge in Albuquerque, NM. The project aims to restore the damaged irrigation system, which is vital for maintaining the native plant landscaping around the Visitor Center, following its failure due to improper installation and environmental exposure. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, with a performance period of 60 calendar days anticipated after receipt of the order, and a deadline for quote submission set for September 20, 2024. Interested contractors can contact Justine Coleman at justinepasiecnik@fws.gov for further inquiries regarding this opportunity.
    R--AZ SAN BERNADINO NWR SURVEY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide architectural and engineering (A&E) services for a Watershed LiDAR and Survey project at the San Bernardino National Wildlife Refuge in Arizona. The project involves high-resolution digital orthophotography, LiDAR acquisition, and topographic surveys across approximately 237 square miles, with a focus on establishing field survey control and developing a Digital Elevation Model (DEM) to support habitat restoration efforts for endangered aquatic species. This initiative is crucial for enhancing climate adaptation and restoring habitats impacted by agricultural expansion and climate change. Interested firms must submit their Standard Form 330 (SF330) by September 20, 2024, with a site visit scheduled for September 10, 2024. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or 505-248-6792.
    F--WA-MID-COLUMBIA RIV NWR-FLOWERING RUSH D
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the survey and removal of invasive flowering rush on 10 acres at the Columbia River National Wildlife Refuge, with the potential for additional acreage depending on funding. The primary objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by providing all necessary labor and materials while ensuring compliance with safety regulations. This contract is a total small business set-aside, with quotes due by September 19, 2024, and a performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit their quotes to Oscar Orozco at oscarorozco@fws.gov, adhering to the specified deadlines and requirements outlined in the solicitation documents.
    WA-WILLAPA NWR-AERIAL HERBICIDE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from small businesses for an aerial herbicide application project aimed at controlling invasive plant species at Leadbetter Point within the Willapa National Wildlife Refuge in Washington. The project involves treating approximately 130 acres of land dominated by non-native plants, specifically Scotch broom, gorse, and Ammophila beachgrass, as part of a broader habitat restoration initiative to support native species such as the streaked horned lark and snowy plover. Contractors will be responsible for providing the necessary equipment and labor for herbicide application, while the USFWS will supply the herbicides and oversee project coordination. Quotations are due by September 23, 2024, and interested parties must be registered as active vendors in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    Beaverhead Deerlodge National Forest fencing and spring developments
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking contractors for the Beaverhead Deerlodge National Forest fencing and spring developments project, which involves fenceline clearing, construction of fencing, and spring site development using government-furnished materials. The project is located approximately 50 miles southwest of Butte, Montana, and aims to enhance natural resource conservation and habitat improvement within the forest. The estimated contract value ranges from $25,000 to $100,000, with work expected to commence on June 1, 2025, and conclude by October 15, 2025. Interested contractors must submit their quotes along with a completed experience questionnaire by the bidding deadline of September 23, 2024. For further inquiries, contact John Curry at john.curry@usda.gov or call 605-673-9216.
    C--BOSQUE DEL APACHE NWR A&E DESIGN
    Active
    Interior, Department Of The
    The United States Fish and Wildlife Service (USFWS) is seeking qualified architect-engineer firms to provide professional services for the design and preparation of construction plans and specifications for the renovation and modernization of the Headquarters, Visitor Center, and Maintenance Facilities at the Bosque del Apache National Wildlife Refuge in New Mexico. The project, estimated at $16.6 million, aims to consolidate and improve infrastructure through demolition, reconstruction, and renovation, with a focus on achieving LEED Silver certification and incorporating sustainable practices. Interested firms must register with the System for Award Management (SAM) and submit their qualifications using the Standard Form (SF) 330 by September 25, 2024, with the selection process emphasizing professional qualifications, specialized experience, and local knowledge. For further inquiries, potential offerors can contact Ian Young at ianayoung@fws.gov or by phone at 612-713-5214.
    BERLAND LAKE SILVICULTURAL PRESCRIPTION
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA), under the Department of the Interior, is soliciting proposals for the Dezza Bluff Silvicultural Prescription project aimed at hazardous fuel reduction and fire management in the Navajo Region. The project encompasses approximately 4,438 acres near Tohatchi, NM, focusing on prescribed burning to mitigate hazardous fuel accumulation, enhance forest health, and reduce wildfire risks, with key deliverables including comprehensive stand inventories and silvicultural prescriptions. This initiative is critical for improving fire management practices and forest health on tribal lands, with a total award amount of $11.5 million and a proposal submission deadline of September 20, 2024. Interested contractors should direct inquiries to Lynelle Benallie at Lynelle.Benallie@bia.gov or call 505-863-8404 for further details.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and debris to facilitate construction. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is estimated to be valued between $100,000 and $250,000, with a performance period expected to commence in June 2025 and conclude by September 2025. Interested contractors can direct inquiries to Alisha Knaub at alisha.knaub@usda.gov or by phone at 406-438-2981.