TX-ATWTR PRAIRE CHKN NWR-AERIAL ANT BAIT
ID: 140FS224Q0291Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Soil Preparation, Planting, and Cultivating (115112)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- PESTICIDES SUPPORT (F105)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Fish and Wildlife Service is seeking proposals for aerial application services of Extinguish Plus™ fire ant bait at the Attwater Prairie Chicken National Wildlife Refuge in Texas. The primary objective of this contract is to control red imported fire ants to enhance the brood survival of the critically endangered Attwater's prairie chicken, covering an area of 5,070 acres in the fall of 2024. This initiative is crucial for the conservation of the prairie chicken population and involves strict adherence to environmental regulations and safety protocols to prevent harm to non-target wildlife. Quotes for this solicitation, identified as number 140FS224Q0291, are due by August 9, 2024, with the performance period extending from October 1, 2024, to September 30, 2025. Interested parties should contact Dana Arnold at dana_arnold@fws.gov or 571-547-3405 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for the aerial application of Extinguish Plus™ fire ant bait at Attwater Prairie Chicken National Wildlife Refuge in Texas, aimed at controlling red imported fire ants (RIFA) to enhance brood survival of the critically endangered Attwater's prairie chicken. The planned application will cover 5,070 acres in the fall of 2024, following strict conditions regarding temperature and ground moisture. The contractor, responsible for the application, must utilize a fixed-wing aircraft, complying with EPA regulations and safety protocols while ensuring no non-target wildlife is harmed. Key details include the necessity for contractor personnel to have qualifications, detailed reporting on application activities, and adherence to all federal guidelines, including the Federal Insecticide, Fungicide, and Rodenticide Act. The process aims not only to assist in the recovery of the prairie chicken population but also to prevent any environmental damage. This project reflects the government's commitment to conservation and the protection of endangered species through systematic pest management strategies.
    The document pertains to federal and state RFPs concerning grants and funding opportunities. It outlines various solicitations that government entities issue to attract vendors for services and products that meet specific needs. The core focus is on enhancing public services and infrastructure through competitive procurement processes, which aim to ensure efficiency, transparency, and accountability in utilizing taxpayer resources. Key points include the importance of adhering to regulatory guidelines, timelines for submissions, eligibility criteria for applicants, and the evaluation processes that determine award recipients. Additionally, the document emphasizes the goals of promoting fair competition and innovation while addressing community needs through funding for projects that range from housing to environmental sustainability. Overall, this document serves as a comprehensive guide for stakeholders involved in the grant application and proposal submission process, ensuring that all parties understand the requirements and expectations set forth by government agencies at different levels.
    The document outlines the requirements for submitting references and past experience as part of a Request for Proposals (RFP) process. Quotations must include details of up to three relevant contracts or work experiences that demonstrate the quoter's suitability for the role, focusing on the size and complexity aligned with the project's scope. Each entry must comprise essential information such as work type, total contract value, the agency or firm served, and contact details for validation. Additionally, the completion dates and a brief description of duties are required to provide context about the quoter's experience. Submissions must be sent to Dana Arnold via email by the specified due date. This document emphasizes the importance of demonstrating past performance and relevant expertise in order to be considered for the contract.
    The government document outlines a Request for Proposal (RFP) for aerial bait application services at the Attwater Prairie Chicken National Wildlife Refuge in Texas. The solicitation number is 140FS224Q0291, issued by the U.S. Fish and Wildlife Service. Quotes for this service are due by August 9, 2024, with the period of performance extending from October 1, 2024, to September 30, 2025. Offerors must demonstrate technical capabilities, prior experience, and provide references indicating at least three years of experience in similar services. Interested parties must complete the Standard Form 1449 and submit relevant certifications, including state pesticide applicator licenses. All submissions should align with regulations to determine the best value based on technical qualifications and price. Additionally, compliance with FAR (Federal Acquisition Regulation) requirements, including representations regarding telecommunications equipment, labor standards, and debarment status, is mandatory. The document emphasizes the importance of acquiring necessary licenses and certifications for successful execution of the service, ensuring adherence to government guidelines throughout the contract's duration.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    OR-FWS SHELDON-HART-SEED MIX
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the supply of two custom native seed mixes aimed at ecological rehabilitation following the 2022 North Springs Fire at the Sheldon National Wildlife Refuge in Nevada. The procurement focuses on restoring native plant species to compete against invasive grasses in affected areas, with specific seed mixes designed for aerial dispersal over designated acres. This initiative underscores the importance of sustainable land management and ecological restoration practices. Interested small businesses must submit their quotes by 5 PM Eastern Time on September 17, 2024, with delivery of the seeds required between October 28 and November 30, 2024. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
    15--Weed Control Unmanned Aircraft Services (UAS) Aeri
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking contractors to provide Unmanned Aircraft Services (UAS) for weed control and aerial herbicide application at the Malheur National Wildlife Refuge, covering approximately 520 acres. The primary objective is to manage invasive vegetation and enhance bird habitats, with potential for additional services across various locations in the contiguous United States. This initiative underscores DOI's commitment to environmental management and conservation, particularly in wetland ecosystems. Interested vendors must submit their responses by October 31, 2024, and can direct inquiries to Stephanie Boles at stephanieboles@ibc.doi.gov.
    CA-SD NWR COMPLX-BIRD DOTS INSTALLATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting quotes for the installation of Feather Friendly Symmetry film dots on approximately 2,092 square feet of exterior angled windows at the San Diego National Wildlife Refuge Complex. The primary objective of this project is to reduce bird strikes on windows, thereby supporting wildlife conservation efforts. Contractors will be responsible for providing all necessary equipment and personnel, while the government will supply the film; compliance with federal regulations and safety practices is mandatory throughout the project. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes by September 16, 2024, with the project scheduled to commence on December 1, 2024, and conclude by March 1, 2025. For further inquiries, contractors can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
    Exclusive Use Fixed Wing Single Engine Scooper Ser
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is seeking proposals for exclusive use of fixed-wing single-engine amphibious water-scooping aircraft to support fire suppression operations at Fort Wainwright, Fairbanks, Alaska. The procurement aims to secure four contractor-operated and maintained aircraft, which must meet specific FAA airworthiness criteria, including a tank capacity of 800 US gallons and the capability to operate from gravel runways. This contract is crucial for ensuring effective fire management during the fire season, with services anticipated to be required annually from May 20 to August 2, following a five-year ordering period starting April 1, 2025. Interested bidders should note that the solicitation is expected to be issued around September 23, 2024, and can contact Heather Sizick at heathersizick@ibc.doi.gov for further inquiries.
    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.
    F--Abatement Services - MA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for abatement and asbestos removal services at the Parker River National Wildlife Refuge in Newburyport, Massachusetts. The primary objective is to safely remove all asbestos-containing materials from "The Pink House," a 1,512 sq ft structure, with a target completion date of December 31, 2024. This project is crucial for ensuring environmental safety and compliance with federal and state regulations regarding hazardous materials, particularly in protecting public health and wildlife resources. Proposals are due by September 18, 2024, with a site visit scheduled for September 4, 2024. Interested contractors can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 for further information.
    F--Exclusive Use Fixed Wing Single Engine Scooper Services
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is preparing to issue a presolicitation notice for Exclusive Use Fixed Wing Single Engine Scooper Services based at Fort Wainwright, Fairbanks, Alaska. The BLM requires four contractor-operated amphibious water-scooping aircraft that meet specific criteria, including a minimum tank capacity of 800 gallons and the capability to operate from remote gravel runways. These services are crucial for the BLM's Aviation Fire Service (AFS) to effectively manage fire suppression efforts during the fire season, which runs from May 20 to August 2 each year. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement lasting five years, with the solicitation expected to be issued around September 23, 2024. Interested contractors should contact Heather Sizick at heathersizick@ibc.doi.gov for further information.
    PEST CONTROL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for pest control services at Hill Air Force Base (HAFB) and the Utah Test and Training Range (UTTR) under solicitation number FA822424Q0018. The contract requires comprehensive pest management, including rodent control, mechanical cleaning, and adherence to health and safety regulations, with services to be performed bi-weekly at UTTR and quarterly for mechanical cleaning as per customer requests. This procurement is crucial for maintaining hygienic conditions and operational readiness across military facilities, with a total estimated contract value of approximately $17 million and a performance period from October 1, 2024, to September 30, 2025, including options for extension. Interested small businesses must submit their proposals by September 13, 2024, at 4:00 PM MDT, to Willie Little at willie.little@us.af.mil or Devin Laughter at devin.laughter@us.af.mil.
    CERRO MONTOSO CHEMICAL TREATMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the Cerro Montoso Cheatgrass Treatment project in Taos County, New Mexico, which involves the chemical application of the herbicide Plateau (Imazapic) over approximately 330 acres to control cheatgrass, a non-native species detrimental to local ecosystems. The contractor will be required to conduct an on-site meeting with BLM personnel, apply the herbicide without causing ground disturbance, and comply with all federal and state regulations regarding chemical applications. This project is part of BLM's broader mission to restore native habitats and promote sustainable land use practices, with a performance period from October 1 to October 31, 2024, and quotes due by September 18, 2024. Interested contractors must be registered in the System for Award Management (SAM) and provide their Unique Entity ID and CAGE code with their proposals, with the contract awarded based on the lowest price technically acceptable offer.