WILDLIFE HAZARD MANAGEMENT AND CONTROL SERVICES PROJECT NO 26-017

ADVERTISEMENT FOR REQUEST FOR PROPOSAL

METROPOLITAN NASHVILLE AIRPORT AUTHORITY

NASHVILLE, TENNESSEE

 WILDLIFE HAZARD MANAGEMENT AND CONTROL SERVICES PROJECT NO 26-017

ELECTRONIC PROPOSALS for furnishing all materials, labor, tools and appurtenances for completion of this project shall be received by the Metropolitan Nashville Airport Authority, (MNAA) Nashville, Tennessee, until and not later than 2:00 P.M. CST (local time) on Friday December 5,2025 Proposers wishing to submit a non-electronic proposal may do so only after receiving written authorization from MNAA.  Written authorization to submit a non-electronic proposal may be requested by emailing purchasing@flynashville.com at least five (5) days prior to the date proposals are due.  Proposers submitting a non-electronic proposal must submit a copy of the written authorization with their proposal package.

  1. SCOPE OF SERVICES

Nashville International Airport (BNA), a Part 139 certificated airport, comprises approximately 4,500 acres. John C. Tune (JWN) airport, a general aviation reliever airport, comprises approximately 390 acres. Presently, Airside Operations personnel monitor, haze, and depreciate birds/mammals under permit when necessary. The primary purpose of this prospective contract is to support the BNA Wildlife Hazard Management Plan (WHMP) and to support wildlife damage management (WDM) activities to mitigate hazards to aircraft associated with wildlife and to provide for the protection of human health and safety and potential property damage.

Minimum Qualifications and Staffing:

The successful consultant must provide at least one (1) qualified Airport Wildlife Biologist to perform pursuant to the Contract. Occasional fieldwork may be conducted by trained wildlife technicians. The biologist must meet the minimum Qualifications for an Airport Wildlife Biologist as defined in FAA Advisory Circular 150/5200-36 (Current edition). The consultant must have a proven track record of performing work for a Large Hub, Core 30 Airport, and demonstrate a commitment to safety, with no safety infractions or incidents in the past year.

The consultant will provide one or more Wildlife Service personnel on an on-call basis as available. The total hours of on-airport service provided under the contract is expected to be approximately 120 hours per contract year but is subject to change based on Airport need.

Mutual Responsibilities:

The Authority and the contractor agree to confer and plan a program that addresses the need for managing conflicts caused by wildlife hazards to aircraft. Based on this consultation, the contractor agrees to formulate annually, in writing, the program work and financial plan, and associated budget and present them to the Authority for approval.

Contractor Responsibilities/Objectives/Specifications:

1)      To perform wildlife damage management actions that comply with the National Environmental Policy Act, Endangered Species Act, and any other applicable environmental statutes. The contractor must keep Authority personnel/management informed of all contractor accomplishments, including attending wildlife management meetings and providing mutually agreed upon reports.

  • The John C. Tune Airport (JWN) is owned and operated by the Metropolitan Nashville Airport Authority (MNAA) and is located eight miles west of downtown Nashville. Wildlife damage management support at JWN will be conducted as needed on a case-by-case basis.

  • To conduct an operational Wildlife Damage Management Program (WDM) to mitigate wildlife hazards at BNA in accordance with the WHMP, Airport Certification Manual, and CFR 139.337 wildlife management regulations at the airport.

  • To conduct Wildlife Hazard Assessments as required under CFR 139.337

  • To provide as-needed support in response to triggering events.

  • To conduct at least one annual evaluation of the Airport’s Wildlife Hazard Management Plan (WHMP) and ensure the WHMP remains consistent with the current guidance and all FAA requirements in FAR Part 337(f).

  • To focus on minimizing risk to human health and safety from wildlife damage.

  • To implement a population reduction program for birds and other animals causing a potential threat to aircraft and/or damage to aircraft hangars and buildings.

  • To monitor potential hazardous wildlife near the airport that may threaten aircraft and airport property.

  • To assist with any other wildlife-related problems which may arise.

  • To help develop new strategies and evaluate wildlife hazard trends.

  • To assist the Authority’s Public Relations personnel in the dissemination of information about control activities and other public information.

  • To cooperate with and keep Airport Operations informed of all Wildlife Strikes and other issues.

  • To implement an integrated WDM program to mitigate avian and mammalian wildlife hazards to human health, safety, and property.

  • To ensure that all WDM activities are primarily conducted within the Authorities property boundaries, with periodic activities conducted off airport boundaries to assess and assist with wildlife risk management outside these boundaries that impact airport operations.

  • To assure management techniques and methods will adhere to all State and Federal laws and chemical label restrictions.

  • To conduct in-person annual wildlife training for operations personnel as a mandatory training program as required by the FAA and the ACM.

  • To conduct in-person annual wildlife firearms training and certifications on shotguns, rifles and hazing equipment for Airport personnel

*The complete scope of work can be located in the posted RFP document.

THE RFP DOCUMENTS.  Copies of the Contract Documents (RFP, Proposal Schedule, Attachments, etc.) will be available on or after Friday , November 07,2025 and may be obtained electronically from B2GNow E-Bidding an online tendering service.

ELECTRONIC PROPOSALS for will be submitted through this online platform, B2GNow E-Bidding.

Important:  All bid opportunities can be viewed, and documents downloaded through the new MNAA Procurement e-bidding System.  The new e-bidding System is an integral part of the Small Business Development and Procurement Management System located at URL: https://flynashville.gob2g.com/ . Vendors must register to download the solicitation and select the appropriate North American Industry Classification System (NAICS Codes). Click on the ‘View Active Bid Opportunity Listings” button for additional information.

 

Submission Instructions: Proposers will be required to register with the e-bidding platform prior to downloading the proposal. Registration is free. The Proposer must scan all required proposal documents, including the Prime/Subcontractor License Information (if applicable) and upload to the appropriate solicitation file on the e-bidding system.  All submittal questions shall be directed to the Procurement Department, fax number (615) 275-2349 or email: Purchasing@flynashville.com.

Please note that your organization must have an Authorized Signer to sign the proposal documents, the authorized signer has the authority to bind your company to each and every term, condition, article and obligation of the Insert and any resultant Contract.

Proposers are advised to review the RFP Documents carefully prior to submitting a Proposal on the Project.  Proposers are also advised to review the RFP and Instructions to Proposers carefully prior to preparing their Proposals.

Proposals must be submitted on the Proposal Form included in the RFP Documents and the successful Proposer will be required to execute the Contract and other documents requiring execution that are included in the Contract Documents.

PRE-PROPOSAL CONFERENCE.  A Pre-Proposal Conference will be held at 9:00 A.M. CST Friday, November 14, 2025, in the Nashville Conference room at the Administration Building on the Fifth Floor, at  140 BNA Park Dr., Ste. 520, Nashville, TN 37214 . Attendance at this meeting is non-mandatory.

Microsoft Teams Need help?

Join the meeting now

Meeting ID: 259 227 507 024 4

Passcode: qH6A924P

Dial in by phone

+1 615-270-8936, 489564927 # United States, All locations

Find a local number

Phone conference ID: 489 564 927#

For organizers: Meeting options | Reset dial-in PIN