North Boundary Fuel Break; Conboy Lake NWR
ID: 140FS325Q0045Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls 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 (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fred_riley@fws.gov or call 413-253-8738.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish & Wildlife Service (USFWS) has released a Performance Work Statement for hazardous fuel reduction services at Conboy Lake National Wildlife Refuge. The project aims to manage vegetation and enhance safety by reducing the severity and ease of wildfire suppression. The contractor will thin Lodgepole Pine trees, both live and dead, to widen an existing fuel break, ensuring compliance with specific treatment and environmental guidelines, as detailed in attached maps. The scope of work includes severing, decking, and managing slash from the trees, underlined by stringent access protocols, fire prevention measures, and adherence to no-treatment zones identified in the project area. Timely communication with the Contracting Officer's Representative (COR) is emphasized to navigate potential road and weather constraints, ensuring project completion by October 2025. The contractor is responsible for ensuring all equipment is free of noxious weeds, providing employee safety plans, and maintaining quality control throughout the project. The document underscores the necessity of environmental protection and compliance with fire safety regulations while outlining the contractor's obligations regarding site cleanup, road restoration, and communication protocols with the FWS representatives.
    The US Fish and Wildlife Service (USFWS) is soliciting bids for the Conboy Lake National Wildlife Refuge's North Boundary Fuel Break project, with a performance period extending until October 31, 2025. The RFP outlines a project requiring mechanical severing of vegetation and processing of lodge pole pines on-site. The key components include: 1. Mechanical severing using a track-mounted swing or wheeled carriage. 2. On-site processing of lodge pole pine. 3. Management of leftover slash from processed trees. The project's bid specifications highlight that the unit price should encompass all necessary supplies and materials to complete the work as outlined in the Performance Work Statement (PWS). This project represents a strategic federal initiative aimed at enhancing wildlife habitat management and forest health through fuel reduction and vegetation control, aligning with broader ecological and environmental management goals. The overall bid reflects efforts to maintain the integrity of the natural landscape while ensuring compliance with relevant regulations.
    The Register of Wage Determinations under the Service Contract Act from the U.S. Department of Labor outlines wage requirements for federal contracts. Effective from January 30, 2022, contractors must pay covered workers at least $17.75 per hour (Executive Order 14026) or $13.30 per hour (Executive Order 13658), depending on the contract award date and conditions. The document provides specific wage rates for various occupations in Washington County of Klickitat, with detailed listings for administrative, automotive, health, and technical sectors among others. It specifies fringe benefits, health and welfare payments, vacation time, and holiday entitlements, emphasizing compliance with Executive Orders regarding paid sick leave. It also includes a conformance process for unlisted job classifications, ensuring fair wage determination. Given its context, this document is critical for contractors and grant recipients, ensuring adherence to federal wage laws in securing government contracts. The clarity and detail aim to protect employee rights while adhering to legislative requirements for federal employment standards.
    The document titled "12.04 AC" outlines guidelines related to federal and state Request for Proposals (RFPs) and grant applications. Its primary focus is to streamline the submission process, ensuring compliance with federal regulations. Key points emphasize the importance of clear scope definitions, appropriate budget allocations, and adherence to timelines. The document provides a structured approach for applicants, emphasizing the necessity for comprehensive project descriptions and measurable outcomes to enhance evaluation. Supporting details include best practices for engaging stakeholders and documenting project impacts effectively. Overall, this file serves as a critical resource for entities seeking federal funding, aiming to facilitate transparent and effective contract procurement processes while promoting accountability and performance excellence.
    The Past Experience Questionnaire (140F0922Q0105) is a form required for businesses submitting proposals under federal and state-local RFPs. It seeks comprehensive details about the company's past experience and capabilities to ensure compliance with solicitation criteria. Key sections include business identification, years of experience in contract services, employee information, and references for past performance on similar contracts, preferably with government agencies. Respondents are asked to disclose their contracting history, specifying any failures to complete awarded work. Details about key personnel, including minimum and maximum employee counts, are also required. The form mandates disclosure of three relevant contracts completed within the last three years, with information on contract values, agency contacts, and project scopes. A certification section verifies the accuracy of the information provided, reinforcing the need for the government to assess the business’s qualifications effectively. This questionnaire highlights the importance of past performance as a determinant for future contracting opportunities, reflecting the rigorous evaluation process inherent in government procurement practices.
    This document is a Request for Proposal (RFP) issued for a federal contract related to the establishment of a fuel break at the North Boundary of Conboy Lake National Wildlife Refuge. The contract is aimed at enhancing safety and environmental management by creating a protective buffer against wildfires. The solicitation details provide the necessary background, including the delivery schedule from March 1, 2025, to October 31, 2025, with an offer due date of February 26, 2025. The total estimated value of the contract is $11.5 million, designating it as earmarked for small businesses, including service-disabled veteran-owned small businesses (SDVOSB). The document outlines the method of solicitation, evaluation criteria, and compliance with various federal regulations, including the Buy American Act. Offerors are requested to provide information concerning their business status, including whether they are small, woman-owned, or economically disadvantaged. The RFP also mandates submitting invoices through the U.S. Department of the Treasury’s Invoice Processing Platform. Through this structured procurement process, the government aims to secure qualified contractors who will execute the project in compliance with applicable regulations, thereby ensuring environmental stewardship and safety within the wildlife refuge.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    F--Herbicide application, ST. MARKS NWR-FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    Water Hyacinth Control, Matthews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for an aerial herbicide application project aimed at controlling water hyacinth at the Matthews Brake National Wildlife Refuge in Mississippi. The project requires the contractor to apply ProcellaCOR SC herbicide over approximately 250 acres using a helicopter, with operations scheduled from May 15 to July 31, 2025, while ensuring compliance with all environmental regulations and effective drift control. This initiative is crucial for managing invasive aquatic plants to maintain ecological balance within the refuge. Interested contractors must submit their proposals, including a quote per acre, by the specified deadline, and can direct inquiries to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738. The total estimated contract amount is $11.5 million, with a focus on small business participation, particularly from service-disabled veteran-owned and economically disadvantaged women-owned businesses.
    F--Tree Planting, ST. Marks NWR-FL
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for a contract focused on the hand-planting of 122,000 containerized longleaf pine trees at the St. Marks National Wildlife Refuge in Wakulla County, Florida. The project, known as the Logging Debris Fire BAR Project, aims to restore natural ecosystems by reintroducing longleaf pines over 178 acres, with planting activities scheduled to commence on February 1, 2026, and conclude by February 28, 2026. This initiative underscores the importance of ecological restoration and habitat improvement, reflecting the government's commitment to conservation efforts. Interested contractors must submit their proposals by March 12, 2025, and can direct inquiries to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    VT-MISSISQUOI NWR-INVASIVE SPECIES CONTR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide invasive species remediation services at the Missisquoi National Wildlife Refuge in Vermont. The primary objective is to manage and control invasive plant species, such as Phragmites and European buckthorn, across approximately 17 acres to enhance habitat for migratory birds and restore ecological integrity. This initiative underscores the importance of effective environmental management practices, particularly in protected wildlife areas. Interested contractors must submit their quotations by March 12, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
    W--PR-VIEQUES NWR-/RVQ17-EQUIPRENTAL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the rental of heavy equipment to support the rehabilitation of RT015 Playa Grande Road and the Punta Conejo Parking area at Vieques National Wildlife Refuge in Puerto Rico. The project encompasses approximately 3.5 miles of roadway and 1,150 square yards of parking area, with a performance period scheduled from March 4, 2025, to July 3, 2025. This initiative is crucial for maintaining infrastructure within protected areas, reflecting the government's commitment to environmental preservation and community service. Interested small businesses must submit their proposals by 4:00 PM on March 3, 2025, and can direct inquiries to Keith Rose at keithrose@fws.gov or by phone at 612-713-5423, with an estimated contract value of $40 million.
    BCLH Stewardship IRSC Phase 2
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
    2025 Annual Review National Type 2 Firefighter Crews
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting offers for the 2025 Annual Review of National Type 2 Firefighter Crews through solicitation number 1202SC21Q0001. The procurement aims to establish multiple Blanket Purchase Agreements (BPAs) for commercially available Type 2 qualified wildfire crews to assist with fire suppression and emergency response activities across the United States. These services are crucial for effective wildfire management and ensuring public safety during emergencies. Interested small businesses must submit their quotes by March 18, 2025, at 2:00 PM Mountain Time, and are encouraged to acknowledge the recent amendment to the solicitation, which includes updated contract clauses and wage determinations. For inquiries, potential contractors can contact Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639.
    91--CO-NATL BLCK-FTD FERRET-PROPANE 5-YEAR BPA
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting 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 primary objective is to ensure consistent propane delivery to support the heating needs of the Center, which plays a crucial role in the conservation of the endangered black-footed ferret population through managed care and breeding. Interested vendors must submit their proposals by March 10, 2025, demonstrating technical capability, past performance, and pricing, while adhering to federal regulations and compliance standards. For further inquiries, potential bidders can contact Dana Arnold at danaarnold@fws.gov or call 703-468-8289.