Skip to content
Department of the Interior

Hazard Fuel Reducton Chopping, St. Marks NWR, FL

Solicitation: 140FS326R0003
Notice ID: 10bcb0ac70ad4b4eb628127ae4d58248
TypeSolicitationNAICS 115310PSCF006Set-AsideSBADepartmentDepartment of the InteriorAgencyUs Fish And Wildlife ServicePostedMar 10, 2026, 12:00 AM UTCDueMar 25, 2026, 06:00 PM UTCCloses in 14 days

Solicitation from US FISH AND WILDLIFE SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 25, 2026. Industry: NAICS 115310 • PSC F006.

Market snapshot

Awarded-market signal for NAICS 115310 (last 12 months), benchmarked to sector 11.

12-month awarded value
$1,221,461,179
Sector total $1,259,399,270 • Share 97.0%
Live
Median
$84,553
P10–P90
$24,610$2,901,533
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
97.0%
share
Momentum (last 3 vs prior 3 buckets)
+6212%($1,183,362,496)
Deal sizing
$84,553 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{"city":{},"state":{},"country":{}}
Contracting office
Falls Church, VA • 22041 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Riley, Fred
Email
fred_riley@ios.doi.gov
Phone
413-253-8738

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
US FISH AND WILDLIFE SERVICE
Subagency
FWS SAT TEAM 3
Office
Not available
Contracting Office Address
Falls Church, VA
22041 USA

More in NAICS 115310

Description

This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.

U.S. Fish and Wildlife Service is issuing a Request for Proposal for the Hazardous Fuel Reduction Chopping on St. Marks NWR, FL. The anticipated performance period is shown below.

Period of Performance:
May 1, 2026, and October 15, 2026

Solicitation 140FS326R0003 is issued as a Request for Quotation (RFQ) is 100% Small Business Set Aside and is conducted under FAR Parts 12 and 13, incorporating provisions and clauses in effect through Federal Acquisition Circular FAC Number: 2025-06, Effective Date: 10/01/2025. The applicable North American Classification System (NAICS) code is115310, Support Activities for Forestry. The small business size standard is $34 million.

Terms & Conditions:
Any additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are attached included in the Attachment SF1449-provisions and clauses- 140FS326R0003

The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ or see terms & conditions attached to the solicitation.

In order to be eligible for award, all contractors must have an Active Registration in the System for Award Management (SAM) website https://sam.gov/content/home. Please note, SAM is a free website and there is never a cost to register your entity.

Prior to or following receipt of an award, the Contractor must register with the U.S. Department of the Treasury's Invoice Processing Platform System (IPP) to submit requests for payment. Please note, IPP is a free website and there is never a cost to complete registration. Invoices for services will be paid after the end of the month of service, advanced payments are not
allowed.

Instructions
All responsible business may submit a quote, which shall be considered by the agency. Award will be made as a firm-fixed- price contract. The basis of award is the tradeoff method, where consideration of price and the additional evaluation factors described in the Instructions to offerors. Award will be made to a responsible source in pursuant to FAR subpart 9.1.

For additional Instructions to Offerors please reference Attachment SF1449 and Attachments 1-5 .

Important Submission Dates & Site Visit Info:
1. Site Inspection:
Prior to submitting a quote, offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance.

A site visit is scheduled for Tuesday, March 17, 2026 at 10:00 am. Meeting will take place at the fire tower in Newport, the intersection of Hwy 98 and Lighthouse Rd. It's across from the Newport Campground. (Reference Attachment 3- Site Visit Meeting Location) Please contact the Site POC Barton Rye at Barton_rye@fws.gov , 850-251-9428 in regard to the site visit.


2. Question Submission:
All questions regarding this Solicitation must be submitted in writing to the Contract Specialist, Fred Riley at Fred_riley@ios.doi.gov no later than Monday, March 23, 2026, at 2:00pm EDT. If necessary, questions received will be answered through an Amendment to this Solicitation.

Emails must indicate the following in the subject line: Question Submission for 140FS326R0003

3. Quote Submission:
Quotes (including all required documents) must be transmitted via e-mail to the Contract Specialist, Fred Riley at fred_riley@ios.doi.gov, no later than Wednesday, March 25, 2026, at 2:00pm EDT.

Emails must indicate the following in the subject line: Quote Submission 140FS326R0003.

Required Submittal Documents:
Offerors responding to this solicitation must submit the following documents:

- See SF1449- Solicitation- provisions_and_clauses-_140FS326R0003 -
ADDENDUM TO 52.212-1, INSTRUCTIONS TO OFFERORS

Complete the attached document or your own version that addresses each element.

Your quote will be considered non-responsive and will not be considered if all the above required documents are not completed in full and received as part of your submittal package.

An award will be made to the Contractor whose submittal documents conform to the requirements as described in this solicitation and who, based on a subjective assessment from the Government, offers the best value to include technical, past experience, and price. The Government reserves the right to award a contract to other than the lowest priced offer if, in its judgment, the non-cost factors outweighs the price difference.

CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS
See attached documents:
ATTACHMENT 1 Performance Work Statement
ATTACHMENT 2 Quote Schedule
ATTACHMENT 3 Site Visit Meeting Location
ATTACHMENT 4 SCA Wage Determination
ATTACHMENT 5 Past Performance Questionnaire


Contracting Officer/Office:
Fred Riley, Contract Specialist
U.S. Fish & Wildlife Service - Joint Administrative Operations (JAO)
fred_riley@ios.doi.gov

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.