Hazard Fuel Reducton Chopping, St. Marks NWR, FL
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 is seeking quotes for Hazard Fuel Reduction Chopping services at St. Marks National Wildlife Refuge, FL. This is a 100% Small Business Set-Aside opportunity for a Firm-Fixed-Price contract. The work involves single drum chopping across 1,069 acres. Quotes are due by Wednesday, March 25, 2026, at 2:00 PM EDT.
Scope of Work
The primary objective is hazard fuel reduction through single drum chopping on 1,069 acres within the St. Marks National Wildlife Refuge, Newport Tract, Wakulla County, Florida. This includes chopping woody brush and trees up to 4 inches in diameter, while preserving larger living pine trees and snags. The goal is to reduce shrub competition, create a fuel bed for prescribed burning, and prepare sites for groundcover restoration. Contractors must minimize soil disturbance and rutting, using low ground pressure equipment.
Contract Details
- Contract Type: Firm-Fixed-Price (RFQ 140FS326R0003)
- Set-Aside: Total Small Business Set-Aside (100%)
- NAICS Code: 115310 (Support Activities for Forestry) with a size standard of $34 million.
- Period of Performance: May 1, 2026, to October 15, 2026.
- Place of Performance: St. Marks National Wildlife Refuge, Wakulla County, Florida.
Key Requirements & Deliverables
The contractor must furnish all materials and equipment, including a minimum 99 HP dozer or 172 HP skidder, and ensure equipment is in good mechanical condition. The Performance Work Statement (Attachment 1) specifies that 4 personnel and 4 pieces of equipment (with 4 choppers) are required to treat an average of 35 acres per working day. Chopping must ensure limbs/tops/branches are no more than 1 ft tall, and each row overlaps by at least 10%. The Quote Schedule (Attachment 2) requires pricing for 1,069 acres of chopping and mobilization/demobilization. Compliance with the Service Contract Act Wage Determination (Attachment 4) for Florida counties is mandatory for labor costs.
Evaluation & Award
Award will be made using a tradeoff method, considering price and additional evaluation factors. The basis of award is best value, encompassing technical capability, past experience, and price. The Government reserves the right to award to an offeror other than the lowest-priced if non-cost factors outweigh the price difference. Offerors must be actively registered in SAM.gov and register with the U.S. Department of the Treasury's Invoice Processing Platform (IPP) for payments.
Submission Instructions & Deadlines
All quotes, including required documents, must be transmitted via email to Contract Specialist Fred Riley (fred_riley@ios.doi.gov).
- Site Inspection: Tuesday, March 17, 2026, at 10:00 AM. Contact Barton Rye (Barton_rye@fws.gov, 850-251-9428).
- Questions Due: Monday, March 23, 2026, at 2:00 PM EDT. Email Fred Riley with "Question Submission for 140FS326R0003" in the subject line.
- Quotes Due: Wednesday, March 25, 2026, at 2:00 PM EDT. Email Fred Riley with "Quote Submission 140FS326R0003" in the subject line. Required submittal documents include the SF1449, ADDENDUM TO 52.212-1, and a completed Past Performance Questionnaire (Attachment 5). Failure to submit all required documents will result in a non-responsive quote.