OR-FWS SHELDON-HART-SEED MIX
ID: 140FS124Q0172Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA

NAICS

Floriculture Production (111422)

PSC

SEEDS AND NURSERY STOCK (8730)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the supply of two custom native seed mixes aimed at ecological rehabilitation following the 2022 North Springs Fire at the Sheldon National Wildlife Refuge in Nevada. The procurement focuses on restoring native plant species to compete against invasive grasses in affected areas, with specific seed mixes designed for aerial dispersal over designated acres. This initiative underscores the importance of sustainable land management and ecological restoration practices. Interested small businesses must submit their quotes by 5 PM Eastern Time on September 17, 2024, with delivery of the seeds required between October 28 and November 30, 2024. For further inquiries, potential bidders can contact Tanner Frank at tanner_frank@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish & Wildlife Service is seeking a contractor to supply two custom native seed mixes for the rehabilitation of areas impacted by the North Springs Fire at Sheldon National Wildlife Refuge in Nevada. The primary objective is to restore native plant species and compete against invasive grasses in the fire-affected regions. The first mix, the "NSF Aerial Broadcast," will cover 222 acres at a rate of 15 lbs. Pure Live Seed (PLS) per acre, while the second, the "NSF Suppression Rehab," will be applied over 8 acres at a rate of 35 lbs. PLS per acre. Both mixes consist of various native species suited for specific ecological conditions, emphasizing the importance of seed source identification and certified weed-free status. The agreement stipulates that all seeds must meet specific purity and germination standards, with delivery expected between October 28 and November 30, 2024. The document also outlines the inspection and acceptance criteria for the received seed, mandating proper labeling and documentation. This request for proposals illustrates the government's commitment to ecological restoration following wildfire events, ensuring the recovery of native habitats and sustainable land management practices.
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the supply of two custom native seed mixes for ecological rehabilitation following the 2022 North Springs Fire at the Sheldon National Wildlife Refuge in Nevada. This Request for Quotation (RFQ) is set aside for small businesses and requires bids to include detailed pricing for the seeds along with delivery and handling costs. The seeds aim to restore native plant species by competing against invasive annual grasses in affected areas. The solicitation outlines the specifications for the seed mixes, the evaluation criteria based on price, and delivery guidelines. Vendors need to be registered in the System for Award Management (SAM) to bid on the project, which emphasizes sustainable seed sourcing, weed-free certification, and proper labeling for delivery. Quotes are due by 5 PM Eastern Time on September 17, 2024, with a contract performance period ending by November 30, 2024. The document is heavily regulated by federal acquisition guidelines, underscoring compliance with environmental standards and the prioritization of small businesses in government contracts.
    This document is a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service for a contract to supply custom native seed mixes for aerial dispersal at the Sheldon National Wildlife Refuge. The solicitation is a total small business set-aside, covering two custom seed mixes aimed at habitat restoration. Interested small businesses are invited to submit quotes that indicate the cost per ton, which includes material, delivery, and associated costs. The contract will be awarded based solely on price, within the competitive range established from submitted offers. Key details include a submission deadline of September 17, 2024, with delivery required by November 30, 2024. Companies must be registered in the System for Award Management (SAM) to be eligible for consideration. The NAICS code is 111422, with a small business size standard defined as a company with revenues not exceeding $0.75 million. The document outlines instructions for submission and specifies important federal acquisition regulations pertinent to the solicitation. Overall, this RFQ emphasizes compliance with federal requirements and aims to engage small businesses for ecological restoration initiatives.
    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.
    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 objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by employing a contractor to provide all necessary labor, materials, and compliance with safety regulations, culminating in a final report on the effectiveness of the removal efforts. Quotes for this total small business set-aside opportunity are due by September 19, 2024, with the performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit a complete quote, including representations and certifications, to be considered for this project.
    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.
    WA-HANFORD RCH NWR-MAPPING AT SADDLE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor to develop a threat-based vegetation cover map for the Saddle Mountain Unit within the Hanford Reach National Monument in Washington. The project requires the contractor to provide all necessary personnel, equipment, and services to produce a high-resolution map with a 10-meter resolution, aimed at assisting in the management and restoration of vegetation affected by wildfires and invasive species. This initiative is part of the government's efforts to protect ecological integrity while engaging small businesses in environmental management, with key deliverables including a draft report due by August 1, 2025, and final deliverables by September 19, 2025. Interested parties can contact Oscar Orozco at oscarorozco@fws.gov for further information, as the contract is set aside for small businesses on a lowest-price technically acceptable basis.
    BLM Specialized Storage for Seed in Winnemucca, NV
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to lease approximately 10,000 square feet of specialized storage space for Wildland Fire Seed Storage in Winnemucca, Nevada. The facility must accommodate specific requirements, including accessibility for transport trucks and forklifts, and must be solely for government occupancy without any colocations. This procurement is critical for supporting the BLM's Emergency Stabilization and Rehabilitation (ESR) and fuels program, ensuring the effective management of wildland fire resources. Interested parties must submit expressions of interest by September 20, 2024, with occupancy anticipated on October 1, 2024; inquiries should be directed to Shannon Veigel at sveigel@blm.gov or Mike Schultz at mschultz@blm.gov.
    F--MT-CHARLES M RUSSELL-AERIAL HERBICIDE TR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service intends to award a sole source contract to AV8-Orr Helicopter Services Inc for aerial herbicide application services targeting Japanese brome infestations in sagebrush rangelands at the Charles M Russell National Wildlife Refuge and UL Bend National Wildlife Refuge. The contract aims to utilize AV8-Orr's local expertise and proven capability in precise herbicide application, which is critical for managing invasive species in these sensitive habitats. Interested parties who believe they can fulfill the requirements are invited to submit a statement of capabilities to Lydia Patrick at lydiapatrick@fws.gov, with no reimbursement for costs incurred in response to this notice. The NAICS code for this opportunity is 115112, with a small business size standard of $9.5 million.
    Y--NEVADA - NYE COUNTY, NEVADA ASH MEADOWS NWR Design/Build Services
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (USFWS), is seeking qualified contractors for Design/Build Services related to the restoration of the Crystal Springs hydrological system at the Ash Meadows National Wildlife Refuge in Nye County, Nevada. The project involves the decommissioning and removal of three dams, remediation of hazardous materials, and the enhancement of visitor access through improved facilities and trails, all aimed at restoring ecological functions and benefiting diverse wildlife habitats. This initiative is significant for ecological restoration and public engagement within the refuge, with a contract budget exceeding $10 million and a performance period from September 2024 to February 2027. Interested parties should direct inquiries to Ian Young at ianayoung@fws.gov, and proposals will be evaluated under federal design-build procedures, with a notice to proceed anticipated in March 2025.
    USFWS - Walk In Seed Coolers - Iowa
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the procurement of two walk-in seed coolers to be delivered to the Fergus Falls and Morris Wildlife Management Districts in Minnesota. The requirement includes specific technical specifications regarding dimensions, insulation, and power supply, with an anticipated delivery date of November 30, 2024. This procurement is part of a total small business set-aside initiative, emphasizing the importance of small business participation in government contracting. Interested vendors must submit their quotations by September 21, 2024, to Thomas Ikner at thomasikner@fws.gov, and must be registered as active vendors in the System for Award Management (SAM) to be eligible for award consideration.
    Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a project to deliver and spread gravel at the Hanford Reach National Monument, with a focus on reinforcing roads around the Wahluke Pond for fire management purposes. Contractors are required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to spreading, with the work to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, emphasizing the government's commitment to environmental stewardship. Interested contractors must submit their proposals by October 11, 2024, with the project budget set at under $25,000; for further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
    C--NV-PAHRANAGAT NWR-DESIGN/BUILD SERVICES
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for Design/Build Services to replace and construct new North and South Wells at the Pahranagat National Wildlife Refuge in Nevada. The project entails drilling, casing, developing, and testing water quality for both wells, as well as installing pumps and necessary utilities to ensure a reliable water supply for the Refuge, which is critical for maintaining its ecological functions. The contract is expected to last approximately 2 years and 4 months, with construction activities primarily scheduled between June to September or October to February, and interested parties should contact Cindy Salazar at CindySalazar@fws.gov or 503-872-2832 for further details. This opportunity is set aside for small businesses under the SBA guidelines, with a NAICS code of 237110 for Water and Sewer Line and Related Structures Construction.