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 U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for a Blanket Purchase Agreement (BPA) focused on trash removal services at the National Black-footed Ferret Conservation Center in Carr, Colorado. The BPA, which spans five years from April 14, 2025, to April 13, 2030, aims to ensure the effective management of substantial waste generated at the facility, including animal waste and general trash, with a requirement for weekly waste removal from designated containers. This initiative is critical for maintaining hygiene and supporting the conservation efforts of the endangered black-footed ferret population housed at the Center. Interested contractors must submit their quotes by May 29, 2025, to the contracting officer, Dana Arnold, at dana_arnold@fws.gov, and are encouraged to review the solicitation documents for detailed submission requirements and evaluation criteria.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Request for Quotation (RFQ) for trash removal services at the National Black-footed Ferret Conservation Center, initiated by the U.S. Fish & Wildlife Service (USFWS). The RFQ establishes a five-year Blanket Purchase Agreement (BPA) from April 14, 2025, to April 13, 2030. It details the required submission format, including a signed Standard Form 1449, company information, technical capabilities narrative, past performance information, lead time, and pricing quotes including a breakdown of costs associated with the proposed services. The selection of contractors will hinge on proven capabilities and pricing competitiveness. The document also incorporates relevant federal provisions, clauses, and representations concerning telecommunications, safety standards, and compliance with government regulations. The evaluation criteria prioritize technical requirements and past performance over pricing, ensuring that appropriately qualified contractors are awarded. The RFQ emphasizes the importance of vendors being active in the SAM.gov registry. Queries must be directed to designated contract officials, further clarifying the BPA's purpose and administrative structure to facilitate efficient service implementation.
    The National Black-footed Ferret Conservation Center in Carr, Colorado, seeks a contractor for a 5-year Blanket Purchase Agreement (BPA) to manage trash services. The Center is crucial for housing about two-thirds of the world's population of endangered black-footed ferrets and aims to facilitate their breeding and reintroduction into the wild. Due to its rural location, the Center faces challenges with trash disposal, generating substantial waste weekly, including animal waste and general trash. The main objective of the BPA is to ensure bi-weekly removal of waste from the Center’s dumpsters, which include animal feces and food scraps. The scope of work stipulates compliance with all applicable regulations while employing two 2-cubic yard containers and one 3-cubic yard container for the collection of refuse. This comprehensive approach is essential for maintaining the welfare of the ferrets and supporting the Center’s mission in conservation efforts.
    The National Black-footed Ferret Conservation Center (located in Carr, Colorado) is seeking a contractor for a 5-year Blanket Purchase Agreement (BPA) to provide trash services, necessary due to the location's limited waste management options. The Center houses approximately two-thirds of the global population of endangered black-footed ferrets and is dedicated to maintaining a viable population for reintroduction efforts. With a substantial weekly output of waste, including animal waste, food scraps, and general trash, the objective is to ensure the removal of waste from two containers (2 cubic yards each) and one larger container (3 cubic yards) twice a week. The contractor is required to adhere to all relevant regulations concerning waste removal and handle the specific types of waste generated at the facility. This request for proposals emphasizes the importance of consistent and compliant waste management to support the Center’s conservation mission.
    The National Black-footed Ferret Conservation Center in Carr, Colorado, is seeking a 5-year Blanket Purchase Agreement (BPA) for trash services due to the substantial waste generated by its operations. The Center houses approximately 66% of the world's ex-situ population of the endangered black-footed ferret, maintaining a viable population for potential reintroduction into the wild. Due to its rural location, reliable trash management is limited. The primary objective of the BPA is to ensure that the facility's dumpsters, which contain animal waste, food scraps, and general trash, are emptied weekly. The contract outlines the requirement for compliance with relevant regulations in the removal process and specifies the need for two 2 cubic yard containers and one 3 cubic yard container. This initiative highlights the importance of maintaining hygiene and environmental standards in conservation efforts while ensuring operational efficiency at the Center.
    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 the amendment to the Request for Quotation (RFQ) #140FS225Q0071 for trash removal services at the National Black-footed Ferret Conservation Center, managed by the U.S. Fish & Wildlife Service (USFWS). The amendment clarifies requirements for bi-weekly trash removal, details the types of waste involved, includes site images, and extends the submission deadline to March 21, 2025. Interested vendors are to provide comprehensive technical proposals and pricing in response to the solicitation, alongside specified documentation, including past performance records and necessary certifications. The agreement, structured as a five-year Blanket Purchase Agreement (BPA), obligates the government to authorized purchases only, with a defined performance period from March 28, 2025, to March 27, 2030. Responsibilities for invoice submission and adherence to government procurement standards are emphasized, ensuring compliance with federal regulations regarding past performance, small business eligibility, and reporting certifications. This document is a formal part of the procurement process aimed at ensuring effective and compliant contracting for conservation efforts associated with the black-footed ferret species.
    The document outlines an amendment to the solicitation numbered 140FS225Q0071 for a Blanket Purchase Agreement (BPA) regarding trash removal services at the National Black-footed Ferret Conservation Center for a five-year period from March 28, 2025, to March 27, 2030. The amendment clarifies that trash removal will be required twice per week and provides instructions for vendors to acknowledge receipt of the amendment with their offer. It specifies the necessary components for submission, including quotes, company information, technical capabilities, past performance, and price quotes. Evaluation factors prioritize the ability to meet technical requirements, past performance, lead time, and price. The document requires compliance with federal regulations, including those related to telecommunications services and small business certifications. The submission deadline is March 21, 2025, and all communications and inquiries must be directed to the designated contracting officer, Dana Arnold. This amendment aims to ensure clear understanding and adherence to requirements for maintaining environmental standards in trash removal to support wildlife conservation efforts.
    The document outlines the amendment of solicitation 140FS225Q0071 regarding trash removal services at the National Black-footed Ferret Conservation Center. The amendment revises the trash pickup schedule from twice a week to once a week, extends the due date for bids from March 21, 2025, to April 4, 2025, and adjusts the period of performance from April 14, 2025, to April 13, 2030. Offerors must submit detailed quotations including price lists, company information, and technical capabilities through email to the contracting officer. The evaluation criteria prioritize technical compliance over price, considering past performance and lead time after receipt of order (ARO). Additionally, the Communication Officers provided for inquiries, along with stipulations for contractor registration in SAM.gov and compliance with various federal regulations, are emphasized. The document serves as a formal notification of the amendment, guiding prospective contractors on required submissions and evaluation processes, ensuring a clear path for compliance with federal procurement standards.
    This document is an amendment to solicitation 140FS225Q0071 for the CO National Blocked-Ferret Conservation Contract, specifically concerning trash removal under BPA 0004. The amendment's purpose is to include the statement of work (SOW) from revision 3 (amendment 0003) and clarify that all previously established terms and conditions remain unchanged and in effect. Acknowledgment of this amendment is required from contractors to ensure that their offers will be considered valid; failure to acknowledge receipt by the specified deadline could result in rejection of the offer. The period of performance for the contract is from April 14, 2025, to April 13, 2030. The document is issued by the FWS (Fish and Wildlife Service) and requires signatures from both the contracting officer and contractors. This amendment is part of routine contract modifications to refine administrative details and maintain compliance with federal procurement processes.
    The document outlines a government amendment for a Blanket Purchase Agreement (BPA) for trash removal services at the National Black-footed Ferret Conservation Center, effective from April 14, 2025, to April 13, 2030. It includes detailed instructions for offerors submitting quotes, requiring acknowledgment of an amendment, a completed Standard Form 1449, and compliance with various provisions related to representations and certifications. Key revisions to contract terms include various clauses related to offeror representations and sustainability practices which are effective from February 2025. Offerors must demonstrate technical capabilities, provide past performance information, and submit comprehensive pricing quotations. The BPA is governed by established procedures and requires invoicing through a specified online platform. Furthermore, there are stipulations regarding contractor onboarding and compliance with representations related to telecommunications services and child labor laws. The document serves to guide procurement processes, ensuring that selected contractors meet federal requirements and support conservation efforts in alignment with U.S. governmental policies.
    The document outlines Amendment #0006 for the solicitation 140FS225Q0071 concerning a Blanket Purchase Agreement (BPA) for trash removal services at the National Black-footed Ferret Conservation Center. It details amendments including the dissolution of the small business set-aside, extension of the due date for quotes to May 29, 2025, and adjustments to the period of performance from June 9, 2025, to June 8, 2030. Offerors must submit quotes via email, including a completed SF 1449 form, company details, and a narrative demonstrating technical capabilities. The amendment specifies evaluation criteria such as technical requirements, past performance, lead time, and pricing. It emphasizes that the government will only honor authorized purchases made under the BPA while ensuring compliance with federal regulations, including prohibitions against using covered telecommunications equipment. The amendment maintains essential terms while facilitating the selection of qualified contractors based on proven capabilities, adhering to FAR guidelines. This BPA is specifically for the USFWS and aims to ensure reliable trash removal services for conservation 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
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    F--Synopsis of Contract Award Actions-140L0125R0007
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is announcing a special notice regarding the contract award actions for Wild Horse and Burro On-Range Drive Trapping Services. The procurement involves the issuance of Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the primary objective of managing wild horse and burro populations across various BLM lands in states including Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Wyoming. This initiative is crucial for the conservation of natural resources and the effective management of wild equine populations, ensuring ecological balance and compliance with federal regulations. Interested small businesses can reach out to Lisa Turner at lturner@blm.gov or by phone at 405-435-6044 for further details, with the contract award date set for December 15, 2025.
    BFSU Solid Waste Removal
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors for solid waste removal services at various locations in Browning, Montana, under a Sources Sought notice. The procurement aims to identify Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) capable of providing weekly trash removal services for the Blackfeet Service Unit and Heart Butte Clinic. This initiative is part of the Buy Indian Act, which prioritizes contracts for Indian-owned businesses, ensuring that at least 51% of the earnings from the contract go to Indian entities. Interested vendors must submit their capability statements and the Buy Indian Act Indian Economic Enterprise Representation Form to Shannon Connelly at shannon.connelly@ihs.gov within five days of the announcement, as this will inform the acquisition strategy for the requirement.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    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.
    OK-WICHITA MTNS RFG-CONCRETE DISPOSAL
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract for concrete demolition debris removal at the Wichita Mountains Wildlife Refuge in Indiahoma, Oklahoma. The project entails the removal of approximately 15,000 tons of concrete debris, including rebar, brick, and cinderblock, with options for an additional 6,000 tons, and requires compliance with federal regulations such as the Buy American Act and Davis-Bacon Wage Rates. This contract is crucial for restoring the site to its natural state and ensuring environmental protection, with a performance period of 180 days from the notice to proceed, and work expected to commence within 5 days. Interested small businesses must contact Shanen Fox at shanenfox@fws.gov or call 503-736-4469 for further details, with the project valued between $250,000 and $500,000.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon above-ground tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank, and reconnection of supply lines for an emergency generator. This upgrade is crucial for maintaining operational efficiency and safety standards at the hatchery, which will continue operations during the project. Interested contractors should note that quotes are due by January 13, 2026, with a site visit scheduled for January 7, 2026, and all inquiries must be directed to Christa Garrigas at christagarrigas@fws.gov by January 8, 2026. The estimated construction cost is between $25,000 and $100,000, with work expected to commence on January 20, 2026, and conclude by February 20, 2026.