S--MT RED ROCK LAKES NWR BAT EXCLUSION
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 US Fish and Wildlife Service (FWS) is soliciting proposals for bat removal, prevention, and cleanup services at the Red Rock Lakes National Wildlife Refuge (NWR) in Lakeview, MT. This Total Small Business Set-Aside opportunity aims to address bat colonies in multiple facilities, prevent re-entry, and remediate affected areas. Proposals are due by May 27, 2026.
Scope of Work
The contractor will provide services including:
- Inspection of designated buildings to identify bat activity and entry points.
- Sealing all identified entry points to prevent bat re-entry.
- Safe removal of accumulated bat waste.
- Implementation of exclusion measures consistent with wildlife protection regulations.
- Remediation of areas affected by bat activity.
- Potential inclusion of additional buildings based on inspection findings (e.g., Biobarn, Maintenance shop, Biolab, Duplex, Bunkhouse, Cold storage). Key facilities identified for remediation based on 2017 inspections include the Headquarters Office Building (estimated 600-member colony), Quarters 90, and Quarters 1, with specific issues like chimney entries, ridge cap, gable vents, and soffits. Work related to the Headquarters Office Building siding and HVAC project must occur after October 1, when bats migrate out of the area.
Contract & Timeline
- Type: Solicitation (Firm-Fixed-Price)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 561710 (Exterminating and Pest Control Services)
- Size Standard: $17.5 million
- Period of Performance: October 1, 2026, to March 1, 2027
- Response Due: May 27, 2026, 21:00:00Z
- Published: May 5, 2026
Evaluation
Award will be made to the contractor whose offer is most advantageous to the Government, considering price and other factors. Evaluation factors include: Ability to meet technical specifications, Lead time after receipt of order, Past Performance, and Price. The Government reserves the right to award to other than the lowest priced offer based on best value tradeoffs and intends to evaluate offers and award without discussions.
Submission & Contact
Offerors are encouraged to submit quotations on Standard Form (SF) 1449. Quotes and questions must be emailed to jeremy_riva@ios.doi.gov. Offers must be held firm for 60 calendar days. Bidders must acknowledge receipt of Amendment 0001, which extended the deadline. A site visit can be scheduled by contacting Hanna Mielcarek at 307-231-1095 or hanna_mielcarek@fws.gov. Bidders must comply with the provided Wage Determination for Beaverhead County, Montana.