F--Hazard Fuel Reducton Chopping, St. Marks NWR, FL
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Fish and Wildlife Service (FWS) is soliciting quotes for Hazardous Fuel Reduction Chopping services at St. Marks National Wildlife Refuge (NWR), Florida. This 100% Small Business Set-Aside opportunity involves single drum chopping on 1,069 acres to reduce woody brush and prepare sites for prescribed burning and groundcover restoration. Quotes are due April 1, 2026.
Scope of Work
The primary task is single drum chopping of woody brush and trees up to 4 inches in diameter on 1,069 acres within the St. Marks NWR, Newport Tract, Wakulla County, Florida. The work aims to reduce shrub competition, create a fuel bed for prescribed burning, and prepare sites for groundcover restoration. Specific performance standards include leaving pine trees and snags larger than 4" DBH and 10ft tall, minimizing soil disturbance, and ensuring proper chopping depth and overlap. The contractor must furnish 4 personnel and 4 pieces of equipment (with 4 choppers) to treat an average of 35 acres per working day.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Period of Performance: May 1, 2026, to October 15, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 115310 (Support Activities for Forestry), Size Standard: $34 million
- Site Visit: Tuesday, March 17, 2026, at 10:00 am EDT. Location: Fire tower in Newport, intersection of Hwy 98 and Lighthouse Rd. Contact: Barton Rye (Barton_rye@fws.gov, 850-251-9428).
- Questions Due: Wednesday, April 01, 2026, at 2:00 pm EDT
- Quote Submission Due: Wednesday, April 01, 2026, at 2:00 pm EDT (Extended by Amendment 0001)
- Published Date: March 24, 2026
Evaluation & Award
Award will be made as a firm-fixed-price contract using a tradeoff method, considering price and additional evaluation factors. The basis of award is best value, including technical capability, past experience, and price. The Government reserves the right to award to other than the lowest-priced offer if non-cost factors outweigh the price difference.
Submission Requirements
Offerors must submit quotes via email to Fred Riley (fred_riley@ios.doi.gov) by the deadline. Required documents include the SF1449, ADDENDUM TO 52.212-1, Instructions to Offerors, and attachments such as the Performance Work Statement, Quote Schedule, SCA Wage Determination, and Past Performance Questionnaire. All contractors must have an active registration in SAM.gov and register with the U.S. Department of the Treasury's Invoice Processing Platform (IPP) for payment.
Additional Notes
Offerors are strongly urged to inspect the site prior to submitting a quote. The solicitation incorporates FAR Parts 12 and 13, and includes provisions and clauses in effect through FAC Number 2025-06, effective October 1, 2025. The Service Contract Act Wage Determination (2015-4569, Rev. 29) for Florida counties (Gadsden, Jefferson, Leon, Wakulla) applies.