VA-CHINCOTEAGUE Underground Conduit
ID: 140FC325Q0014Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 3Falls Church, VA, 22041, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

IT AND TELECOM - NETWORK: DIGITAL NETWORK PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the construction of an underground conduit installation project at the Chincoteague National Wildlife Refuge in Virginia. The project, budgeted at less than $25,000, involves trenching approximately 310 feet, installing conduit, and making necessary asphalt repairs, with a contract duration of 14 days scheduled to commence on April 14, 2025, and conclude by April 30, 2025. This initiative underscores the government's commitment to environmental stewardship and compliance with federal regulations, including adherence to wage determinations and the protection of endangered species. Interested contractors must submit sealed bids by the specified deadline and can direct inquiries to Christa Garrigas at christa_garrigas@fws.gov or by phone at 325-261-4143.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work details the project for upgrading obsolete internet lines at the U.S. Fish and Wildlife Service facility on Chincoteague Island, VA. The project involves trenching approximately 310 feet, installing conduit, and making specific asphalt repairs. The contract duration is set for 14 days, with work scheduled during standard operational hours, excluding federal holidays. Contractors must adhere to compliance standards and may face penalties for non-conforming products, including potential removal and replacement at their expense. Payment for the project requires pre-registration in specified systems, and funds will be transferred directly to the contractor’s bank account. This document exemplifies the structured approach taken in government RFPs, highlighting compliance, project specifics, and contractor obligations, ensuring that the work aligns with government standards and expectations.
    The document appears to contain fragmented and corrupted content, making it difficult to extract coherent information or a clear purpose. However, it seems related to federal requests for proposals (RFPs) and grants, likely intended for governmental or state funding opportunities. Given the context of government RFPs, this document may aim to outline criteria for funding applications, eligibility requirements, and processes for submitting proposals. Relevant details might include guidelines for project funding, necessary documentation, and timelines for submission. Overall, the document's structure seems to reflect typical components of RFPs, such as sections on eligibility, funding priorities, and application procedures. However, due to the fragmented nature of the text, a detailed and cohesive summary cannot be formed, limiting the ability to articulate specific key points or themes effectively. In summary, while the primary topic likely revolves around federal grants and RFPs, the corrupted state of the file hampers a comprehensive analysis or detailed extraction of critical information.
    The document is a solicitation for proposals concerning the construction of an underground conduit installation project at Chincoteaque National Wildlife Refuge in Virginia. The project, with a budget of less than $25,000, requires a contractor to perform specific construction tasks, starting on April 14, 2025, and completing by April 30, 2025. A site visit is scheduled for March 13, 2025, where interested bidders can ask questions until the specified deadline. Key requirements include submission of sealed bids, adherence to federal wage determinations, and compliance with various environmental regulations, including the protection of endangered species. Contractors are required to ensure they do not use prohibited materials and must maintain safety standards, especially concerning hazardous substances. The solicitation outlines important clauses, including those regarding compliance with the Buy American Act, payment processes, and conditions under which work suspension may occur. Emphasizing the importance of environmental responsibility, the document mandates the use of specified sustainable materials and compliance with waste disposal regulations. Overall, this solicitation illustrates the government’s focus on transparency, environmental stewardship, and compliance with labor standards in public construction projects, ensuring that all bidding activities align with federal regulations and promote fair competition.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    56--VA CHINCOTEAGUE NWR ASHPALT MATERIALS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide asphalt materials for the Chincoteague National Wildlife Refuge, with a contract performance period from April 1, 2025, to June 30, 2025. The procurement includes the delivery of various construction materials such as asphalt tack coat, base and top course materials, and other essential supplies, all of which must comply with Virginia Department of Transportation standards. This initiative is crucial for maintaining the infrastructure of protected lands and ensuring compliance with federal regulations. Interested vendors must submit their quotations by March 21, 2025, and can direct inquiries to Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    VT-MISSISQUOI NWR-INVASIVE SPECIES CONTR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide invasive species remediation services at the Missisquoi National Wildlife Refuge in Vermont. The primary objective is to manage and control invasive plant species, such as Phragmites and European buckthorn, across approximately 17 acres to enhance habitat for migratory birds and restore ecological integrity. This initiative underscores the importance of effective environmental management practices, particularly in protected wildlife areas. Interested contractors must submit their quotations by March 12, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
    Woody Vegetation Removal (Mulching), McFaddin NWR,
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking small business contractors for a project involving the mulching of woody vegetation across 165 acres at the McFaddin National Wildlife Refuge in Sabine Pass, Texas. The objective of this procurement is to enhance environmental management by removing dense vegetation, with contractors required to provide personnel, machinery, materials, and supervision for the task. This initiative underscores the government's commitment to supporting small businesses, particularly those owned by veterans or economically disadvantaged individuals, while ensuring compliance with federal regulations regarding labor and environmental protections. Interested vendors must submit their technical and price proposals by March 21, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information. The estimated contract value is $11.5 million, with delivery expected by September 30, 2025.
    Z--Fencing Replacement - Amendment 5
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management, is soliciting quotes for the replacement of fencing at the Giles Run Trailhead and Meadowood Connector Trailhead in Fairfax County, Virginia. The project involves the complete removal of existing fencing and the installation of new treated oak post and rail fencing, adhering to specific guidelines regarding materials, dimensions, and safety compliance. This initiative aims to enhance recreational spaces while ensuring adherence to federal contracting standards, with an estimated project value between $25,000 and $100,000, set aside for small businesses under NAICS code 238990. Interested contractors must submit their quotes by March 14, 2025, and can direct inquiries to Oksana Rollins at orollins@blm.gov or by phone at 303-236-1853.
    Z--WV-CANAAN VLY NWR-VEH WASH DSCHRG TRTMNT
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a vehicle effluent treatment system at the Canaan Valley National Wildlife Refuge in West Virginia. The project aims to replace the existing oil/water discharge treatment system, ensuring compliance with environmental regulations while enhancing infrastructure within the refuge. This initiative underscores the government's commitment to ecological stewardship and regulatory compliance, as it involves constructing a concrete tank designed to manage wastewater from a car wash bay, along with necessary site preparation and construction activities. Interested contractors should contact Sanford Carson at sanfordcarson@fws.gov for further details, with the project expected to be completed by September 30, 2025.
    Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for a Firm Fixed Price construction contract to replace the headquarters office at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama. The project involves constructing a new office and maintenance facility, which includes the installation of telecommunications infrastructure, such as fiber optic connections and CAT 6A cabling, as well as compliance with federal, state, and local regulations. This initiative is crucial for enhancing visitor engagement and supporting wildlife conservation efforts within the refuge. Interested contractors must submit their sealed offers by the specified deadline, with work expected to commence within 10 calendar days of award and complete by September 30, 2025. For further inquiries, potential bidders can contact Ian Young at ianayoung@fws.gov or by phone at 612-713-5214.
    S--CO NATL BLCK-FTD FERRET CONSERV CT - Trash Removal
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for a five-year Blanket Purchase Agreement (BPA) focused on trash removal services at the National Black-footed Ferret Conservation Center in Carr, Colorado. The primary objective of this procurement is to ensure bi-weekly removal of substantial waste generated at the Center, which is critical for the conservation of the endangered black-footed ferret, including compliance with all applicable regulations regarding waste disposal. Interested vendors must submit their quotes by March 21, 2025, along with a completed SF 1449 form, a detailed pricing list, technical capability narratives, and evidence of past performance, with the BPA set to commence on March 28, 2025, and conclude on March 27, 2030. For further inquiries, interested parties can contact Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.