AR OVERFLOW NWR HAND PLANT SEEDLING
ID: 140FS324Q0206Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Nursery and Tree Production (111421)

PSC

SEEDS AND NURSERY STOCK (8730)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) is seeking contractors to supply and hand plant 44,500 hardwood seedlings at the Overflow National Wildlife Refuge in Parkdale, Arkansas, as part of an environmental restoration initiative. The project aims to restore bottomland hardwood forests over approximately 102 acres, with planting scheduled between January 15, 2025, and March 1, 2025. This procurement is critical for enhancing wildlife habitats and aligns with broader conservation goals, requiring compliance with specific planting guidelines from the Arkansas Department of Agriculture. Proposals must be submitted by September 10, 2024, and interested parties can contact Lee Riley at lee_riley@fws.gov or by phone at 404-679-4158 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for quotes concerning the supply and hand planting of seedlings at the Overflow National Wildlife Refuge located in Parkdale, Arkansas. It includes key details for prospective contractors, such as providing their name, SAM.GOV UEI number, and the contact information for a designated point of contact. The main objective is to engage a contractor to fulfill the specific service of supplying and hand planting seedlings, along with a prompt for pricing, indicated by a space for contractors to insert their quotes. This request is part of a federal proposal process aimed at enhancing wildlife habitats through reforestation efforts, aligning with broader environmental and conservation goals.
    The Past Experience Questionnaire is a critical component of government RFPs and grant solicitations, requiring businesses to provide detailed information about their qualifications. It necessitates the submission of the company's name, Unique Entity ID, address, and contact information. The questionnaire includes inquiries on the firm's years of experience in providing services, contracting as both a prime and subcontractor, and any instances of failed contract completions, along with reasons. Key personnel details are requested to determine staff availability, including a breakdown of employee roles relevant to the project. Firms must also share references from contracts completed in the last three years, especially those related to government projects, with specific details such as contract value and project scope. A certification section at the end affirms the accuracy of the information provided. This document aims to assess a contractor's capability and past performance, ensuring that only qualified entities are considered for government contracts, thereby facilitating effective project execution and accountability.
    The document outlines the wage determination requirements under the Service Contract Act for contractors in the Arkansas counties listed. Wage Determination No. 2015-5133, revised as of July 22, 2024, mandates specific minimum wage rates based on Executive Orders 14026 and 13658. For contracts entered into after January 30, 2022, workers must be compensated at least $17.20 per hour, with several occupational categories specified at varying rates—including administrative support, automotive services, healthcare, and more. Additionally, the document specifies fringe benefits, including health and welfare provisions, vacation, and paid holidays. It introduces requirements for paid sick leave as per Executive Order 13706, and delineates wage differential policies for hazardous work and uniform allowances. Contractors are informed about the processes for classifying unlisted job categories, as well as the obligations concerning employee compensation and benefits. Overall, the document emphasizes adherence to labor standards and proper wage compliance for federal contracts, ensuring fair compensation for workers engaged in government-related services."
    The document outlines contractual terms and provisions applicable to government contracts for commercial products and services, guided by the Federal Acquisition Regulation (FAR) and specific clauses required for compliance with various statutes and executive orders. Key sections include clauses on prohibiting contracting with certain entities, ensuring accelerated payments to small businesses, and adhering to labor standards and equal opportunity mandates. The document specifies the responsibilities of contractors, including compliance with reporting requirements and maintenance of records for auditing purposes. Essential provisions emphasize the importance of ethical conduct, prohibitions against trafficking in persons, and the requirement for using domestic end products under the Buy American Act. Additionally, it addresses the need for representations and certifications related to business status, small business concerns, and requirements for specific types of organizations, such as service-disabled veteran-owned and women-owned businesses. Overall, the document establishes a comprehensive framework to ensure compliance, accountability, and ethical practices in government contracting, particularly for small and disadvantaged businesses.
    The map produced by the U.S. Fish and Wildlife Service (USFWS) outlines the Overflow National Wildlife Refuge, specifically the Oxbone Fields, encompassing the Oxbone North Field (72 acres) and Oxbone South Field (30 acres). Created by the South Arkansas Refuge Complex, the map is dated June 18, 2024, and includes geographic details based on the specific UTM Zone 15N and NAD 83 coordinates. The USFWS disclaims liability for any actions taken based on this map, emphasizing the use of the Esri basemap under license. This document is part of federal efforts to manage wildlife refuges and may be relevant for potential RFPs or grants focused on environmental conservation and management within specified refuge boundaries. Such documents typically serve stakeholders interested in collaborative projects involving wildlife conservation and habitat management.
    The Overflow National Wildlife Refuge, managed by the U.S. Fish and Wildlife Service (USFWS), provides a locator map detailing specific areas within the refuge, including the Oxbone North Field and Oxbone South Field. This map, produced by the South Arkansas Refuge Complex, highlights the geographical layout of these areas with respect to local landmarks like Overflow Creek and nearby towns. The document was created using a topographic basemap and includes various sources of geographical data. It also includes disclaimers about the usability of the map and the rights associated with its content, which is governed by various organizations, indicating the map's utility for planning and resource management. This publication aids in understanding the land management focus of the USFWS and serves as a resource for potential RFPs or grants related to wildlife conservation and land use in the region. The map's production date is noted as June 18, 2024, implying its relevance for current and future environmental assessments and planning efforts within the refuge area.
    The document outlines a Request for Quotation (RFQ) by the U.S. Fish and Wildlife Service (FWS) for a contract to supply and hand plant 44,500 hardwood seedlings at the Overflow National Wildlife Refuge in Parkdale, Arkansas. Scheduled to take place between January 15, 2025, and March 1, 2025, the project aims to restore bottomland hardwood forests over approximately 102 acres. The contractor is responsible for all necessary supplies, equipment, and personnel while ensuring compliance with specific planting and care guidelines from the Arkansas Department of Agriculture. Key procurement details include the requirement for proposals to be submitted by September 10, 2024, and stipulations on pricing, contractor qualifications, and project management. The document specifies criteria for evaluating bids, emphasizing a best-value approach over merely lowest price, taking into account technical capabilities and past performance. Detailed safety, operational, and quality control measures are included to ensure effective implementation and adherence to federal standards. Overall, the document serves as a structured plan for anticipated environmental restoration efforts using commercial contracting processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--Invasive and Woody Vegetation Herbicide Treatment
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a federal contract focused on invasive and woody vegetation herbicide treatment at two wildlife refuges in Michigan. The project involves aerial herbicide treatment across 1,800 acres at Shiawassee National Wildlife Refuge and 18 acres at Detroit River International Wildlife Refuge, utilizing aquatic-approved glyphosate and crop oil to manage vegetation and support habitat restoration efforts. This contract, identified as Request for Proposal (RFP) Number 140F0S24R0022, is set aside for small businesses, with a performance period from September 23, 2024, to September 22, 2025. Interested bidders must submit their quotations by September 17, 2024, at 1:00 PM Central Time, and can contact Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217 for further information.
    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.
    Baskett Slough NWR - Cackler Marsh Wetland Restora
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the Cackler Marsh Fish Passage Project, which involves the procurement of specific piping materials necessary for wetland restoration at Baskett Slough National Wildlife Refuge in Dallas, Oregon. The project requires various sizes of HDPE and PVC pipes, elbows, and saddles, with a focus on engaging small businesses as this opportunity is designated as a total small business set-aside under NAICS code 238120. The selected contractor will be responsible for delivering all materials by October 23, 2024, with quotes due electronically by September 17, 2024. Interested parties can contact Terrence Anderson at terrenceanderson@fws.gov or call 682-294-0280 for further information.
    Notice of Intent to Use an Already Existing BPA to Solicit and Award Big Marsh Planting
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service under the Deschutes National Forest, is issuing a presolicitation notice for the Crescent Ranger District Planting project on Big Marsh. The objective of this procurement is to secure services for the planting of government-furnished plugs during the fall seasons from 2024 to 2026, utilizing an existing Blanket Purchase Agreement (BPA). This initiative is part of the government's ongoing efforts in ecological restoration and reforestation within the region, aligning with the NAICS Code 115310, which covers support activities for forestry. Interested parties can direct inquiries to Cynthia B. Armour at cynthia.armour@usda.gov or by phone at 541-410-6720, with the anticipated contract award date set for September 10, 2024.
    N--OK-TISHOMINGO NFH-POND LINERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project involves the removal of existing liners from Ponds 4 and 14, reshaping the pond bottoms, and installing new underdrain systems along with geotextile fabric and geomembrane pond lining, all aimed at enhancing ecological conditions at the hatchery. This procurement is critical for maintaining the operational integrity of the hatchery and supporting wildlife management efforts, with an estimated project cost between $250,000 and $500,000 and a performance timeline of 90 calendar days. Interested contractors must submit sealed bids electronically by 5:00 PM local time on September 25, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further information.
    56--AR-WAPANOCCA NWR-CULVERTS
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the delivery of four aluminum culverts to the Wapanocca National Wildlife Refuge in Turrell, Arkansas. The procurement requires specific culvert specifications, including a length of 30 feet, a diameter of 48 inches, and a 12-gauge thickness, along with additional components such as connecting bands. This initiative is crucial for maintaining infrastructure within the wildlife refuge, ensuring compliance with environmental standards and operational needs. Interested small businesses must submit their quotations by August 29, 2024, and can direct inquiries to Contracting Specialist Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349. The performance period for the contract is set from September 5, 2024, to July 31, 2025.
    Area 5 Ongrid Forest Inventory
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the Area 5 Ongrid Forest Inventory project, which involves locating and remeasuring forest inventory plots across various land ownerships in Oregon, including federal, state, and private lands. The primary objective is to ensure accurate data collection and compliance with established quality standards, as outlined in the solicitation and supporting documents. This project is crucial for effective forest management and environmental monitoring, reflecting the government's commitment to maintaining natural resources. Interested small businesses must submit their proposals by the deadline of September 12, 2024, and can direct inquiries to Kevin Flores at Kevin.Flores@usda.gov or Jason Tanamor at Jason.Tanamor@usda.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.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide construction services valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    Amphibious ATV for Cache River Arkansas
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the procurement of an amphibious all-terrain vehicle (ATV) to be delivered to the Cache River National Wildlife Refuge in Augusta, Arkansas. The contract requires the delivery of an ARGO Frontier 700 8x8 or an equivalent model, with specific performance specifications including a VX 700 engine, hydraulic brakes, and a load capacity of 840 pounds on land and 740 pounds on water. This procurement is crucial for enhancing operational capabilities within the refuge, ensuring effective management of wildlife and habitat. Interested vendors must submit their proposals, including a completed past performance survey, by the specified deadlines, with the contract period set from October 1, 2024, to May 30, 2025. For further inquiries, potential contractors can contact Jeremy Tyler at jeremytyler@fws.gov or by phone at 413-253-8662.