F--Predator Control at Attwater Prairie Chicken NWR
ID: DOIFFBO250051Type: Special Notice
Overview

Buyer

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

NAICS

Hunting and Trapping (114210)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER WILDLIFE MANAGEMENT (F019)
Timeline
    Description

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for predator control services at the Attwater Prairie Chicken National Wildlife Refuge (NWR). The primary objective of this procurement is to manage and mitigate predator populations that threaten the habitat and survival of the Attwater Prairie Chicken, a species of concern. Effective predator control is crucial for the conservation efforts aimed at protecting this endangered bird and its ecosystem. Interested contractors can reach out to Jeremy Riva at jeremy_riva@fws.gov or call 240-381-7321 for further details regarding this special notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    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.
    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.
    F--AL-DEEP HORIZON NRDA ARO-INVASIVE SPECIE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for invasive species treatment at the Bon Secour National Wildlife Refuge in Alabama, specifically targeting cogon grass, torpedo grass, and rattlebox on a newly acquired 73.43-acre tract. The contractor will be responsible for achieving a 95% control rate over approximately 12 acres by applying approved herbicides, with treatments scheduled to commence around April 1, 2025, and concluding by May 31, 2026. This initiative is part of the broader Deepwater Horizon Gulf restoration efforts, emphasizing the importance of managing invasive species to protect native ecosystems. Interested contractors must submit proposals by March 17, 2025, and can direct inquiries to Lamont Sawyers at lamontsawyers@fws.gov.
    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.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    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 fredriley@fws.gov or call 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.
    Shorebird Migratory Monitoring
    Buyer not available
    The Department of Defense, specifically the Marine Corps Recruit Depot in Parris Island, South Carolina, is seeking proposals for a Firm Fixed Price contract focused on Shorebird Migratory Monitoring and Surveying. The primary objective of this procurement is to assess and manage migratory shorebirds, particularly those regulated under the Endangered Species Act, through the development and execution of a comprehensive survey plan, including monthly and breeding-season-specific surveys, and the production of analytical reports with habitat management recommendations. This initiative underscores the importance of balancing military operations with environmental stewardship, as it involves collaboration with the South Carolina Department of Natural Resources and adherence to the Depot’s Integrated Natural Resources Management Plan. Interested small businesses must submit their quotes by March 6, 2025, at 2:00 PM (EST), and direct any inquiries to the designated contract officers by March 4, 2025, at 4:00 PM (EST). For further details, contact Sgt. Jaydian Toomin at jaydian.toomin@usmc.mil or Randy L. Wentworth at randy.wentworth@usmc.mil.
    PRINEVILLE PEST CONTROL FY25_FY28
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified small businesses to provide pest control services for its facilities in the Prineville District Office of Oregon for fiscal years 2025 through 2028. The contract, which will be awarded on a firm fixed-price basis, requires environmentally sensitive pest control methods, with an emphasis on non-chemical strategies, and mandates the maintenance of detailed logs of site visits and treatments. This procurement is crucial for maintaining the health and safety of government-managed properties, ensuring compliance with environmental regulations and ethical pest management practices. Interested vendors should contact Doris Jeffers at dgjeffers@blm.gov or call 503-808-6061 for further details, with the contract period starting on April 1, 2025, and running through March 31, 2026, with options for two additional years.