87--Seed for BAER Dairy on Sacramento River NWR
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), under the Department of the Interior, has issued a Notice of Intent (NOI) to award a sole source, firm-fixed priced contract to RIVER PARTNERS for the supply of native seeds. This contract supports restoration efforts on the Sacramento National Wildlife Refuge, specifically for reseeding up to 47 acres affected by the 2021 Dairy Fire. This action falls under NAICS code 111998, All Other Miscellaneous Crop Farming.
Scope of Work
The awarded contractor will be responsible for providing specific native seeds in containers on pallets, ready for pickup by Refuge staff. These seeds are intended for post-wildfire recovery efforts on the Sacramento National Wildlife Refuge Complex. The Performance Work Statement (PWS) details the required native species and strains, with quantities calculated for reseeding up to 47 acres. Substitutions are permissible only with written pre-approval from the Refuge Manager and must be of equivalent relative quantities and local strains. The PWS includes a detailed list of eight specific native plant species, their recommended strains, and required pounds per acre for the Dairy Fire scar site.
Contract & Timeline
- Opportunity Type: Special Notice (Notice of Intent)
- Contract Type: Firm Fixed-Price
- Set-Aside: None (Sole Source Intent)
- NAICS Code: 111998, All Other Miscellaneous Crop Farming
- Authority: FAR 13.501(a)(b), Simplified Acquisition procedures
- Period of Performance: Twelve (12) months from the date of award.
- Published Date: February 10, 2026
- Capability Statement Deadline: February 23, 2026, by 2:00 PM EDT
Rationale for Sole Source
FWS intends to award this contract to RIVER PARTNERS (Heritage Growers) due to their unique capability as a reliable supplier. River Partners collects native seeds from local areas that closely match the habitat and soil of the burned Dairy Fire scar. These local plant strains are genetically similar to surviving vegetation, increasing their likelihood of survival. The supplier carefully vets all local sources and growers to ensure seed quality. The availability of preferred ecotypes was limited, and Heritage Growers offered reasonable substitutions sourced from nearby counties, as the required seed species were unavailable from other suppliers.
Submission & Response
This is not a request for competitive quotes. All responsible sources may submit a capability statement. This statement must provide clear and convincing evidence that competition would be advantageous to the Government and would not be cost or time prohibitive. Responses will be considered solely for the purpose of determining whether to conduct a competitive procurement. The agency retains sole discretion in determining whether to compete this proposed contract based on responses to this notice.
Key Provisions & Clauses
The anticipated contract will incorporate various Federal Acquisition Regulation (FAR) clauses and provisions by reference. These include standard commercial terms and conditions (FAR 52.212-4), requirements implementing statutes and executive orders (FAR 52.212-5) covering areas like small business subcontracting, labor standards, and Buy American Act compliance, and instructions for offerors (FAR 52.212-1). The contract type is confirmed as firm fixed price (FAR 52.216-1). Offerors would typically be required to complete representations and certifications (FAR 52.212-3). The U.S. Fish and Wildlife Service also emphasizes its commitment to environmental stewardship through DOI Green Acquisition initiatives.
Contact Information
Questions or comments regarding this Notice of Intent should be directed to Fred Riley, Contracting Specialist, via email at fred_riley@fws.gov. Telephone inquiries will not be accepted. The email subject line must be: "Notice of Intent Capability Statement Submission - DOIFFBO260030".