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 U.S. Fish and Wildlife Service (USFWS), under the Department of the Interior, is soliciting proposals for bat removal, prevention, and cleanup services at the Red Rock Lakes National Wildlife Refuge (NWR) in Montana. This is a Total Small Business Set-Aside for a firm-fixed-price contract. The work involves addressing bat colonies in multiple refuge facilities. Quotes are due by May 27, 2026.
Scope of Work
The contractor will be responsible for comprehensive bat remediation services. This includes:
- Inspection of designated buildings to identify bat entry and exit points.
- Safe removal of existing bat colonies and accumulated bat waste.
- Implementation of preventative exclusion measures to deter re-entry, such as sealing entry points, chimney repairs, ridge cap installation, and gable vent sealing.
- Remediation of areas affected by bat activity to restore facility safety and prevent future wildlife intrusion. Specific buildings identified for potential inclusion or remediation based on a 2017 inspection include the Headquarters Office Building, Quarters 90, Quarters 1, Maintenance shop, Biobarn, Biolab, Duplex, Bunkhouse, and Cold storage. All work must comply with federal wildlife and Integrated Pest Management standards.
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price Solicitation
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561710 (Exterminating and Pest Control Services) with a size standard of $17.5 million.
- Period of Performance: October 1, 2026, to March 1, 2027. Exclusion work is scheduled to occur after October 1, 2026, following a siding-treatment and HVAC project.
- Response Due Date: May 27, 2026, at 21:00:00Z.
- Published Date: May 5, 2026.
Submission & Evaluation
Offerors are encouraged to submit quotations on Standard Form (SF) 1449. Quotes and any questions must be emailed to jeremy_riva@ios.doi.gov by the closing date. Offers must remain firm for 60 calendar days. Award will be made to the contractor whose offer is most advantageous to the Government, considering:
- Ability to meet technical specifications
- Lead time after receipt of order
- Past Performance
- Price The Government reserves the right to award without discussions and may select an offer other than the lowest priced based on best value tradeoffs. Bidders must review the attached Wage Determination for compliance with minimum wage and fringe benefit requirements.
Additional Notes
- If a subcontractor is anticipated, their name must be disclosed with the quote submission.
- To schedule a site visit, contact Hanna Mielcarek at 307-231-1095 or hanna_meilcarek@fws.gov.
- The solicitation incorporates various FAR clauses and provisions by reference.