CO NATL BLCK-FTD FERRET CONSERV CT - Trash Removal
ID: 140FS225Q0071Type: Solicitation
Overview

Buyer

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

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

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

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide trash removal services at the National Black-footed Ferret Conservation Center in Carr, Colorado. This procurement involves a five-year Blanket Purchase Agreement (BPA) that requires the contractor to manage a significant volume of waste, including animal waste and general trash, with a commitment to emptying dumpsters weekly and adhering to all relevant regulations. The services are crucial for maintaining a clean environment that supports the Center's conservation efforts, particularly in the rearing and reintroduction of endangered black-footed ferrets into the wild. Interested vendors must submit their quotes by March 18, 2025, to Dana Arnold at dana_arnold@fws.gov, with the BPA set to commence on March 28, 2025, and run through March 27, 2030.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Black-footed Ferret Conservation Center in Carr, Colorado, which houses a significant portion of the world's endangered black-footed ferrets, requires a comprehensive trash removal service as part of its 5-year Blanket Purchase Agreement (BPA). The Center produces a considerable volume of waste weekly, including animal waste and general trash, and aims to fulfill the objective of having its dumpsters emptied weekly. The service includes compliance with all relevant regulations and laws regarding waste removal, encompassing three containers of varying sizes (two 2-cubic yard containers and one 3-cubic yard container). This request underscores the Center's commitment to maintaining a clean environment to support its conservation mission effectively, especially as it prepares to rear and reintroduce healthy ferret kits into the wild, thus contributing to species recovery efforts.
    The document outlines a Request for Quotation (RFQ) for a five-year Blanket Purchase Agreement (BPA) focused on trash removal services at the National Black-footed Ferret Conservation Center, set to commence from March 28, 2025, to March 27, 2030. Interested contractors must submit their quotes by March 18, 2025, via email to the designated contracting officer, Dana Arnold. Key requirements include providing a completed SF 1449 form, a detailed price list for services, a narrative demonstrating technical capabilities, and evidence of past performance. The selection will prioritize vendors who can meet technical requirements, have a positive past performance record, and offer competitive pricing. The BPA obligates the government solely for authorized purchases, with multiple authorized callers designated for placing calls. Provisions regarding compliance with economic and performance standards are detailed, including the need for contractors to verify their status regarding small business classifications, environmental standards, and compatibility with federal acquisition regulations. This procurement process emphasizes the government's commitment to supporting small businesses and ensuring that services align with conservation efforts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    91--CO-NATL BLCK-FTD FERRET-PROPANE 5-YEAR BPA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for propane delivery services at the National Black-footed Ferret Conservation Center, with the contract period running from March 17, 2025, to March 16, 2030. The procurement aims to ensure consistent propane supply for heating facilities that house and care for endangered black-footed ferrets, particularly during colder months, thereby supporting conservation efforts. Interested vendors must demonstrate technical capability, past performance, and compliance with federal regulations, including labor standards and business ownership representations. Proposals are due by March 12, 2025, and should be submitted via email to Dana Arnold at danaarnold@fws.gov, with detailed pricing and company information included.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    BFSU Trash Removal Services
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to award a sole source contract for trash removal services to Blackfeet Solid Waste for the Blackfeet Service Unit in Browning, Montana. The contract will cover essential waste management services for the year 2025, from January 1 to December 31, at both the Blackfeet Service Unit and the Heart Butte Clinic. This procurement is crucial for maintaining public health standards through effective waste disposal in the community. Interested firms that believe they can provide these services are encouraged to contact Shannon Connelly at shannon.connelly@ihs.gov or by phone at 406-338-6452 within seven days of this notice, with the contract valued at $54,440.00.
    S--Janitorial Services Patuxent Research Services
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for janitorial services at the Patuxent Research Refuge. The contractor will be responsible for maintaining cleanliness across various facilities, including office buildings, visitor centers, and restrooms, while adhering to OSHA regulations and utilizing environmentally preferable cleaning products compliant with LEED standards. This procurement is crucial for ensuring a clean and professional environment that supports the Refuge's mission, with a contract performance period from March 1, 2025, to February 28, 2030. Interested vendors must submit their proposals via email by March 3, 2025, and are encouraged to contact Timothy Clapp at timothyclapp@fws.gov for further information.
    WY-NATIONAL ELK REFUGE-BULK FUEL 5 YEAR BPA SET-UP
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for the supply and delivery of bulk fuel to the National Elk Refuge in Jackson, Wyoming. The procurement requires the delivery of three types of fuel: unleaded fuel with 10% ethanol, clear diesel, and dyed diesel, which will be stored in designated 1,000-gallon tanks at specified locations. This initiative is crucial for ensuring reliable fuel supplies for operational activities at the refuge, with deliveries expected to occur within 48 hours of notice during business hours. Interested suppliers must submit their quotes on company letterhead by March 18, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further information.
    F--Predator Control at Attwater Prairie Chicken NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for predator control services at the Attwater Prairie Chicken National Wildlife Refuge (NWR). The primary objective of this procurement is to manage and mitigate predator populations that threaten the habitat and survival of the Attwater Prairie Chicken, a species of concern. Effective predator control is crucial for the conservation efforts aimed at protecting this endangered bird and its ecosystem. Interested contractors can reach out to Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321 for further details regarding this special notice.
    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.
    F--ND - KULM WMD Remediation of Small Arms Firing Ran
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified contractors for the remediation of a Small Arms Firing Range (SAFR) at the Kulm Wetland Management District in North Dakota. The project involves comprehensive environmental cleanup, including soil sampling, excavation of contaminated materials, and compliance with state and federal environmental regulations. This initiative is crucial for addressing historical contamination from law enforcement training activities, ensuring ecological safety and adherence to legal standards. Interested contractors must submit their quotes by March 13, 2025, and demonstrate relevant technical experience, with inquiries directed to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    Septic Pumping and Disposal Services- Everglades N
    Buyer not available
    The National Park Service (NPS) is seeking quotations for septic pumping and disposal services at Everglades National Park through Request for Quotations (RFQ) 140P5425Q0013. The contract aims to streamline the removal of septic wastewater and sludge from 21 septic tanks and two Wastewater Treatment Plants (WWTP), transitioning from emergency services to pre-scheduled requests to enhance efficiency and compliance with environmental regulations. This initiative is crucial for maintaining park infrastructure and ensuring proper waste management practices. Interested vendors must submit their proposals by 5:00 PM EST on March 14, 2025, including the SF18 form, pricing, capability information, and a valid Unique Entity ID (UEI) number, with questions directed to Noelli Medina at NoelliMedina@nps.gov by March 10, 2025.