Hazardous fuel reduction, Hagerman NWR, Texas

SOL #: 140FS326R0004Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS SAT TEAM 3
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Support Activities for Forestry (115310)

PSC

Land Treatment Practices Services (Plowing/Clearing, Etc.) (F006)

Set Aside

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

Timeline

1
Posted
Apr 8, 2026
2
Submission Deadline
Apr 21, 2026, 6:00 PM

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 is issuing a Request for Quotation (RFQ) for Hazardous Fuel Reduction services at Hagerman National Wildlife Refuge (NWR) in Texas. This opportunity is a 100% Small Business Set-Aside and seeks proposals for mechanically thinning and removing vegetation to reduce wildfire risk and enhance management capabilities. Quotes are due by Tuesday, April 21, 2026, at 2:00 PM EDT.

Scope of Work

The contractor will be responsible for mechanically thinning and removing approximately 105 acres of vegetation, specifically targeting dense, mature growth such as Eastern Red Cedar, Cedar Elm, Winged Elm, Honey Locust, and Bois d'Arc. Oak and hickory trees with a diameter at breast height (DBH) of six inches or greater are to remain undisturbed. Work involves expanding existing fuel breaks by an additional 100 feet and reducing fuel loading within units. Cut material can be scattered (not exceeding 18 inches in height) or chipped and evenly distributed (no more than 8 inches deep); no pile burning is permitted. The work requires tracked and wheeled machines with low ground pressure, avoiding digging or grubbing, and stumps must be cut flush or below ground level. A comprehensive Wildfire Prevention Plan must be adhered to, including specific equipment requirements and immediate suppression actions.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price
  • Period of Performance: Contract award date to September 15, 2026 (work to commence within 30 days of award).
  • Set-Aside: 100% Small Business Set-Aside
  • NAICS Code: 115310 (Support Activities for Forestry)
  • Small Business Size Standard: $11.5 million
  • Site Inspection: Tuesday, April 14, 2026, at 10:00 AM at 6465 Refuge Rd Sherman TX 75092. Contact Howard Boss at Howard_boss@fws.gov.
  • Questions Due: Friday, April 17, 2026, at 2:00 PM EDT, via email to Fred Riley (Fred_riley@ios.doi.gov).
  • Quote Submission Due: Tuesday, April 21, 2026, at 2:00 PM EDT, via email to Fred Riley (fred_riley@ios.doi.gov).

Evaluation & Award

Award will be made as a firm-fixed-price contract using a trade-off method, considering price and additional evaluation factors described in the Instructions to Offerors. The government will make an award to the responsible source offering the best value, which includes 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, including the following required documents:

  • Completed SF1449 - Solicitation - provisions_and_clauses-_140FS326R0004
  • ADDENDUM TO 52.212-1, INSTRUCTIONS TO OFFERORS
  • Attachment 1: Performance Work Statement
  • Attachment 2: Quote Schedule (with proposed unit and extended prices for 105 acres of mastication and removal of vegetation)
  • Attachment 3: SCA Wage Determination (to ensure compliance with labor costs)
  • Attachment 4: Past Performance Questionnaire (to provide company experience, personnel, and three relevant past performance references)

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.

Contact Information

For questions and quote submissions, contact Fred Riley, Contract Specialist, at fred_riley@ios.doi.gov.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 8, 2026
Hazardous fuel reduction, Hagerman NWR, Texas | GovScope