FL-PELICAN ISLAND NWR-SURVEY
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, is soliciting proposals for Eastern Black Rail surveys at the Kissimmee Bend and Okeechobee Units of the Everglades Headwaters National Wildlife Refuge (NWR). This opportunity is a Total Small Business Set-Aside and seeks commercial services to provide all necessary labor, equipment, materials, and supplies. Quotes are due by May 14, 2026, at 3:00 PM EST.
Scope of Work
The contractor will conduct annual Eastern Black Rail presence/absence surveys on both the Kissimmee Bend and Okeechobee Units of the NWR. This includes supplying all labor, equipment, materials, and supplies. The Performance Work Statement (PWS) details specific protocols and data requirements, including a final report due within 12 months of award, submitted electronically in specified formats (MS Word, shapefiles, Geodatabase ArcMap 10.3 GIS compatible).
Contract & Timeline
- Contract Type: Solicitation (Request for Quote - RFQ), Firm Fixed Price Contract.
- Period of Performance: One year from the date of award (anticipated June 1, 2026, to May 31, 2027), with three option years requested.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541360 (Geophysical Surveying and Mapping Services) with a size standard of $28.5 Million.
- Published Date: April 28, 2026.
- Question Due Date: May 7, 2026, 3:00 PM EST.
- Quote Due Date: May 14, 2026, 3:00 PM EST.
Evaluation & Submission
Award will be based on a Best Value determination, considering Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are considered more important than price. Quotes must be submitted via email to Merenica Banks (Contracting Officer) at Merenica_Banks@ios.doi.gov.
Required submission documents include:
- SF18 (Quote document with company information and representative signature).
- SF30 (for amendments, past experience/references).
- A completed Price Schedule (Attachment 2), which is critical and must be accurate.
- Past Experience & References form (Attachment 3), detailing up to three similar contracts.
Additional Notes
- The solicitation incorporates FAR clauses 52.212-1, 52.212-3, 52.212-4, and 52.212-5.
- Bidders must be registered in SAM.gov and have no terminations for fault or default.
- Attachment 4 provides a Wage Determination under the Service Contract Act, outlining minimum wage rates and fringe benefits for relevant occupations in Florida counties (Glades, Hendry, Okeechobee). Bidders must ensure their cost proposals comply with these requirements.
- The place of performance is the Refuge, and the contractor must furnish all labor, supplies, transportation, lodging, and materials.