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
    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.
    F--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 primary objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by providing all necessary labor and materials while ensuring compliance with safety regulations. This contract is a total small business set-aside, with quotes due by September 19, 2024, and a performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit their quotes to Oscar Orozco at oscarorozco@fws.gov, adhering to the specified deadlines and requirements outlined in the solicitation documents.
    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.
    NM-BITTER LAKE NWR-BTR HAZARDOUS FUELS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the NM-Bitter Lake NWR-BTR Hazardous Fuels project, which involves the removal of salt cedar trees from designated areas within the Bitter Lake National Wildlife Refuge in Roswell, New Mexico. The primary objectives of this procurement include enhancing wildlife habitats, improving access for staff, and reducing wildfire risks by ensuring waterways and drainages are clear of debris. This project is critical for ecological restoration and is scheduled to take place from September to December 2024 and January to March 2025. Interested contractors must submit their quotes by September 25, 2024, and can direct inquiries to Lydia Patrick at lydiapatrick@fws.gov or by phone at 308-635-7851.
    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.
    OR-WATER RB-WATER RIGHTS IMPROVEMENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the "OR-WATER RB-WATER RIGHTS IMPROVEMENT" project, aimed at enhancing water rights at the Leavenworth National Fish Hatchery. This Request for Quotation (RFQ) seeks small businesses to assist in obtaining necessary water rights permits and implementing improvements to ensure sustainable water use for fish propagation. The project is critical for habitat conservation, as it involves preparing and processing water right change applications while adhering to state and federal environmental regulations. Interested vendors must submit their quotes by September 25, 2024, with a performance period of 15 months post-award, and can direct inquiries to Oscar Orozco at oscarorozco@fws.gov.
    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.
    AL-EUFAULA NWR-A4EF0-WATER CONTROL STRUC
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide materials for water control structures at the Eufaula National Wildlife Refuge in Alabama, under solicitation number 140FS324Q0220. The procurement aims to acquire aluminum components and related materials necessary for various flood control projects, emphasizing the need for technical expertise and a solid management plan from bidders. These materials are crucial for effective flood management and environmental conservation efforts within the refuge. Interested contractors must submit their proposals by September 25, 2024, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
    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.