TX-SAN BERNARD NWR-TREE AND BUSH MULCHING
ID: 140FS225Q0117Type: Solicitation
AwardedJun 4, 2025
$227.3K$227,288
AwardeePHOENIX DIVERSIFIED LLC 2209 NORMAN RD ENID OK 73703 USA
Award #:140FS225P0200
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 small businesses to provide tree and bush mulching services at the San Bernard National Wildlife Refuge in Texas. The contract aims to mitigate wildfire risks by removing vegetation across 569.73 acres, with operations scheduled from September 1, 2025, to February 28, 2026. This project is crucial for enhancing public safety and conserving natural habitats, aligning with the agency's mission to protect natural resources. Interested bidders must submit their proposals by May 27, 2025, following a site visit on May 21, 2025, and can direct inquiries to Khalilah Brown at khalilah_brown@fws.gov or by phone at 571-547-3407.

    Point(s) of Contact
    Brown, Khalilah
    (571) 547-3407
    (000) 000-0000
    khalilah_brown@fws.gov
    Files
    Title
    Posted
    The document details a federal contract for the mulching of hazardous fuels at the San Bernard National Wildlife Refuge, Texas, between September 2025 and February 2026. The objective is to remove vegetation on 569.73 acres to mitigate wildfire risks while ensuring compliance with environmental regulations. The contractor is responsible for providing all necessary personnel and equipment, adhering to ecosystem protection guidelines, and following safety protocols during operations. Key personnel must possess relevant experience, and stringent inspection requirements ensure compliance with the contract's performance standards. The contractor is also liable for any environmental damage caused during operations, with a focus on preserving the refuge's native flora and fauna. The project underscores the importance of fuel reduction methods to enhance public safety and habitat conservation, aligning with the U.S. Fish and Wildlife Service's mission to protect natural resources.
    The document pertains to federal and possibly state and local government RFPs (Requests for Proposals) and grants intended for procurement processes. It discusses the submission requirements and criteria for potential vendors and contractors looking to provide services. The key features include detailed instructions on proposal formatting, submission deadlines, compliance with regulations, and evaluation criteria that determine the selection of proposals. Emphasis is placed on how to articulate capability statements, past performance references, and financial information clearly to meet the expectations of the government agencies. The document aims to facilitate transparency, encourage competitive bidding, and ensure that selections are made based on merit while following the guidelines outlined for each unique bid, protecting taxpayer interests and enhancing project outcomes. Overall, it provides a structured approach for bidders to follow, improving the efficiency of the procurement process while adhering to legal and fiscal responsibilities.
    The provided document outlines a requirement for bidders to submit their past experience and references related to federal government requests for proposals (RFPs) or grants. Bidders must detail up to three relevant contracts that reflect their operational capabilities and scope of work. Each submission should include information such as contract type, contract number, total value, and contact details of the agency for whom the work was performed, along with a description of the duties carried out. The document emphasizes the necessity of highlighting any training that may enhance the bidder’s adequacy in performing the requested work. Additionally, it specifies submission deadlines to a designated email address, ensuring applicants are aware of the deadline for consideration. Overall, this document serves as a critical tool in evaluating potential contractors by assessing their previous performance and qualifications in relation to the proposed services.
    The document outlines a Request for Proposal (RFP) from the United States Fish and Wildlife Service (USFWS) for a contract focused on tree and bush mulching services at the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract is a total small business set-aside with an emphasis on technical experience in performing services over 569.73 acres. The solicitation specifies the period of performance from September 1, 2025, to February 28, 2026. A site visit is scheduled for May 21, 2025, to help bidders understand the scope of work, with proposals due by May 27, 2025. Offerors are required to submit a technical proposal detailing their qualifications and past experience in similar projects. Evaluation criteria will encompass technical experience alongside price considerations, highlighting the government's preference for submissions that clearly address the solicitation's requirements. The document also includes conditions on invoicing and payment processes, references to applicable federal contract clauses, and ensures compliance with various regulations, including those related to labor standards and electronic invoicing. Overall, this RFP seeks to engage qualified small businesses for environmental maintenance services while adhering to government acquisition standards.
    Similar Opportunities
    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.
    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.
    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.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    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.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    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.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.