87--Seed for BAER Dairy Fire Site on Sacramento River
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) has issued a Notice of Intent (NOI) to award a sole-source, firm-fixed-price contract to RIVER PARTNERS (Heritage Growers). This contract is for the supply of native seeds to support post-wildfire recovery efforts on the Sacramento National Wildlife Refuge Complex, specifically for reseeding up to 47 acres affected by the 2021 Dairy Fire. This is not a request for quotes, but other responsible sources may submit a capability statement. Responses are due by 2:00 PM EDT, Monday, 2/23/2026.
Purpose & Scope
The objective is to procure native seeds for the restoration of the 2021 Dairy Fire scar at the Sacramento National Wildlife Refuge. The contractor will provide specific native species and strains in containers on pallets, ready for pickup by Refuge staff. Quantities are calculated for seeding up to 47 acres, with substitutions permissible upon written pre-approval.
Contract Details
- Contract Type: Firm Fixed Price
- Intended Contractor: RIVER PARTNERS (Heritage Growers)
- Rationale for Sole Source: River Partners is identified as a reliable supplier capable of collecting native seeds from local areas, ensuring genetic similarity to surviving vegetation for increased survival likelihood. They also vet local sources for seed quality.
- NAICS Code: 111998 (All Other Miscellaneous Crop Farming)
- Contracting Authority: FAR 13.501(a)(b), Simplified Acquisition procedures
- Period of Performance: Twelve (12) months from the date of award.
- Place of Performance: Sacramento National Wildlife Refuge Complex, CA.
- Set-Aside: Not specified.
Submission & Response
This NOI is for informational purposes only and is not a request for quotes. All responsible sources who believe they can meet the requirements may submit a capability statement. This statement should demonstrate that competition would be advantageous to the Government and not cost or time prohibitive. The agency reserves the right not to compete the contract based on responses. Telephone inquiries will not be accepted.
Key Dates & Contact
- Capability Statement Deadline: 2:00 PM EDT, Monday, 2/23/2026
- Contact: Fred Riley, Contracting Specialist
- Email: fred_riley@fws.gov
- Email Subject: Notice of Intent Capability Statement Submission - DOIFFBO260030
Important Clauses & Provisions
Bidders should review the incorporated Federal Acquisition Regulation (FAR) clauses and provisions, including 52.212-4 (Contract Terms and Conditions), 52.212-5 (Statutes/Executive Orders), 52.212-1 (Instructions to Offerors), 52.212-2 (Evaluation - technical and past performance more important than price), 52.212-3 (Representations and Certifications), 52.216-1 (Firm Fixed Price), and 52.237-1 (Site Visit). The document also highlights DOI Green Acquisition initiatives.