WA-TURNBULL NWR-UNDERSTORY REDUCTION
ID: 140FS125Q0029Type: Combined Synopsis/Solicitation
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
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 14, 2025, 12:00 AM UTC
  3. 3
    Due Mar 19, 2025, 7:00 PM UTC
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
Mar 14, 2025, 6:04 PM UTC
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.
Mar 14, 2025, 6:04 PM UTC
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.
Mar 14, 2025, 6:04 PM UTC
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.
Mar 14, 2025, 6:04 PM UTC
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.
Mar 14, 2025, 6:04 PM UTC
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
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
FL ST MARKS NWR BIL TREE PLANTING
Buyer not available
The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for a project involving the mechanical seeding of wiregrass at the St. Marks National Wildlife Refuge in Wakulla County, Florida. The contract requires the supply and planting of 1,780 pounds of wiregrass seed over 178 acres, with the planting period scheduled from December 1, 2025, to January 31, 2026. This initiative is part of a broader effort to restore native vegetation and enhance ecosystem health within the refuge, adhering to federal regulations and environmental standards. Interested vendors must submit their proposals by May 2, 2025, and can direct inquiries to Terrence Anderson at terrenceanderson@fws.gov or by phone at 682-294-0280.
Hand Cut/Pile Trees, Las Vegas NWR, Las Vegas, NM
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for a forest management project at the Las Vegas National Wildlife Refuge in New Mexico, focusing on the hand-cutting and piling of encroaching juniper and piñon trees. The project will cover approximately 30 acres, requiring the contractor to manually cut trees with a diameter of less than 12 inches and pile the debris away from sensitive areas to minimize environmental impact. This initiative is crucial for restoring natural habitats and preventing wildfire risks, aligning with federal regulations for ecological management. Interested small businesses must submit their proposals, including a technical and price proposal, by May 2, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further details.
CT-FWS STEWART B MCKINNEY-PESTICIDE
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for herbicide application services at the Stewart B. McKinney National Wildlife Refuge in Connecticut, under solicitation number 140FS325Q0066. The primary objective is to control invasive swallow-wort species through a targeted chemical treatment over a 4.18-acre area, with the goal of reducing its coverage by 30% during two application phases in 2025. This initiative is crucial for restoring native plant habitats and supporting local wildlife, aligning with broader environmental management efforts. Interested small businesses must submit quotes by April 25, 2025, following a mandatory site visit on April 23, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information. The estimated budget for this project is $9.5 million.
WA-MCNARY MAINT SHOP-UTV TRAILER SPRAYER
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the procurement of a utility vehicle (UTV), trailer, and sprayer to support biological management activities in Central Washington. The procurement specifically requires a Kubota RTV-X1100CWL-A or an equivalent UTV with features such as a 23hp diesel engine, hydraulic dump bed, and off-road capabilities, along with a bumper-pull trailer and a 100-gallon UTV-mounted sprayer for herbicide applications. This equipment is crucial for enhancing the efficiency of wildlife management operations. Interested small businesses must submit their quotes by May 1, 2025, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
Herbicide Treatment-PLO 1015 unit of Buenos Aires
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for herbicide treatment services targeting non-native salt cedar resprouts at the Buenos Aires National Wildlife Refuge in Avondale, Arizona. The contractor will be responsible for providing personnel, equipment, and the herbicide Garlon 4 Ultra to effectively manage invasive species over approximately 60 acres, as part of a habitat restoration initiative following the 2020 Avondale Fire. This project is crucial for enhancing ecological conditions and supporting native wildlife recovery efforts. Interested small businesses must submit their proposals by April 30, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information.
Region 4/Intermountain Region Prescribed Fire and Support IDIQ
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking offers for the Region 4/Intermountain Region Prescribed Fire and Support Indefinite Delivery-Indefinite Quantity (IDIQ) contract, aimed at enhancing wildfire management and public safety across several National Forests in Idaho. Contractors are required to provide a comprehensive range of services, including labor, equipment, and supplies for prescribed burning operations, with a total funding ceiling of $7.5 million, and the contract is set to run from May 2025 through April 2028. This initiative is critical for reducing wildfire risks and supporting ecological health through controlled burning practices, ensuring operational flexibility through multiple task orders. Interested parties must submit their proposals, including necessary documentation via the System for Award Management (SAM), and are encouraged to contact Tanya Spanfellner at tanya.spanfellner@usda.gov for further information.
TWIN FALLS FUELS AERIAL GRASS & SHRUB SEEDING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals from small businesses for the 2025 TFD Fuels Aerial Grass & Shrub Seeding project in Idaho. This procurement involves aerial seeding across approximately 16,340 acres of designated land, focusing on grass and sagebrush to support fuel management and environmental restoration efforts. The project is critical for enhancing land stewardship and ecological balance in the Twin Falls District, with contractors required to adhere to specific operational protocols and utilize advanced navigation systems for accurate seed distribution. Proposals must be submitted by May 2, 2025, with a contract start date of September 22, 2025, and interested parties can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.
S--CO ROCKY MTN ARSNL NWR BPA for monitoring, inspect
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for the monitoring, inspection, and service of fire alarm systems at the Rocky Mountain Arsenal National Wildlife Refuge in Colorado. The contractor will be responsible for providing 24/7 monitoring, annual inspections compliant with NFPA 25 standards, and general maintenance of fire alarm systems across various refuge locations, ensuring compliance with safety regulations and effective emergency response protocols. This procurement emphasizes the importance of maintaining safety standards in federally protected wildlife areas, with a total funding amount not to exceed $250,000 over a five-year period from June 2, 2025, to June 1, 2030. Interested vendors should contact Caleb Kindsvater at calebkindsvater@fws.gov or 303-236-4334 for further details and must submit their proposals by the specified deadline to be considered.
CO-ROCKY MTN ARSENL NWR-GEOTHERMAL WELL REHABILITA
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for geothermal well rehabilitation services at the Rocky Mountain Arsenal National Wildlife Refuge in Commerce City, Colorado. The primary objective of this procurement is to repair identified leaks in the geothermal heating systems, which includes replacing flange gaskets and insulation, as well as flushing and recharging the system to ensure its operational integrity. This initiative is crucial for maintaining sustainable energy systems within the refuge, which plays a vital role in wildlife conservation efforts. Interested small businesses must submit their quotes by May 2, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further information.