F--WA-TURNBULL NWR-UNDERSTORY REDUCTION
ID: 140FS125Q0029Type: Combined Synopsis/Solicitation
AwardedMar 24, 2025
$188.5K$188,498
AwardeeRedwood Forestry, LLC 1754 WARREN WAY Medford OR 97501 USA
Award #:140FS125P0067
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls 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 (FWS) is seeking proposals from qualified small businesses for a hazardous fuels reduction project at the Turnbull National Wildlife Refuge in Cheney, Washington. The project involves the mechanical removal of understory vegetation across 614 acres to mitigate wildfire risks and enhance forest health. This initiative is critical for maintaining ecological balance and public safety in the region. Proposals are due by January 21, 2025, with a performance period from March 13, 2025, to December 30, 2025. Interested contractors should contact Oscar Orozco at oscar_orozco@fws.gov for further details and must adhere to specific submission requirements outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for providing past experience and references as part of a Request for Proposal (RFP), designated by the identifier 140FS125Q0029. It mandates that all bidders submit relevant experiences by detailing up to three contracts that mirror the scale and complexity of the proposed Scope of Work. Key elements to include are the contract type, agency or firm involved, contract number, total value, and contact information for a reference. Bidders must also indicate the start and end dates of the work and briefly describe their duties. The structure consists of a repeating template designed to gather comprehensive details relevant to the bidder's qualifications. Additionally, a submission deadline is given, specifying that proposals must be sent to Oscar Orozco via email. This RFP emphasizes the importance of demonstrating relevant experience and capabilities, thereby establishing a framework for evaluating potential contractors' qualifications in federal projects.
    This document provides responses to inquiries related to a hand cutting and stacking project, emphasizing regulations around forestry equipment use. Mechanized mastication, such as forestry grinders and chippers, is prohibited; instead, chainsaw cutting and hand piling techniques are mandated. Trees that are felled must either be left on-site in piles or on the ground if they have potential value for lumber use. The document clarifies that for trees greater than 5 DBH, they should be positioned horizontally to aid in compacting the debris for disposal. The U.S. Fish and Wildlife Service (FWS) will be responsible for conducting controlled burns on these piles, alleviating that requirement from the contractors. Site visits do not require permits, and conditions show less than one inch of snow in the area. Notably, the bid due date has been extended to January 21, 2025, by 1200 Pacific. The document aims to set clear expectations and guidelines for contractors involved in the project.
    The document is an amendment to solicitation 140FS125Q0029 for a hazardous fuels reduction project at FWS Turnbull National Wildlife Refuge. It provides a new bid deadline of January 21, 2025, at 1200 PST and includes questions and answers related to the solicitation. The project involves tree and brush removal, and contractors must submit a price and technical proposal that outlines their capabilities and references. A site visit is encouraged to help bidders understand local conditions that may impact costs. Proposals must address specific evaluation criteria to be considered for award, and the work is scheduled to commence on January 27, 2025, and conclude by December 30, 2025. The amendment reinforces the importance of recognizing and adhering to proposal requirements to avoid rejection.
    This document details amendments to solicitation 140FS125Q0029, related to a project for hazardous fuels reduction at Turnbull National Wildlife Refuge in Washington. The amendment modifies the contract to extend the bid due date to March 19, 2025, at 12:00 PM Pacific Standard Time and provides responses to questions raised by potential bidders. Contractors are encouraged to attend a site visit to understand local conditions impacting costs, with all expenses associated with the visit borne by them. The proposal submission requirements include one itemized price proposal and a technical proposal that addresses evaluation factors outlined in the solicitation. The period of performance for this project is set from March 13, 2025, to December 30, 2025. The government aims to award a firm fixed contract and emphasizes the importance of technical proposals being clear and comprehensive, highlighting the contractor's capabilities. The contracting point of contact is Oscar Orozco, who can be reached via email provided in the document. This file showcases standard procedures surrounding federal RFP amendments, ensuring all interested parties are informed and able to prepare appropriate bids.
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a fuels management project aimed at reducing wildfire risks and improving forest health within the Turnbull National Wildlife Refuge in Cheney, Washington. The project encompasses the mechanical removal of understory vegetation across 614 acres of overgrown forestland. This Request for Quotation (RFQ) is specifically set aside for small businesses and requires participants to submit separated price and technical proposals, demonstrating their capabilities and past experiences relevant to similar contracts. Proposals are due on January 16, 2025, and must include supporting documents, a technical approach, and references. The selected contractor will need to adhere to specific cutting guidelines and ecological protections while maintaining an efficient workforce. The contract is a firm-fixed-price agreement with the evaluation based on the best value, combining technical experience and cost. The FWS emphasizes compliance with federal regulations and detailed performance assessment during project execution. Contractors are required to register at the System for Award Management (SAM) and submit electronic payments through the U.S. Department of the Treasury's Invoice Processing Platform. This initiative illustrates the government's commitment to enhancing the health of forest ecosystems while mitigating wildfire hazards, reflecting agency priorities for resource management and public safety.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.