J--CA-RED BLUFF FWO-NEW IRRIGATION PUMP
ID: 140FS125Q0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA

NAICS

Fluid Power Pump and Motor Manufacturing (333996)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement and installation of a closed-coupled vertical turbine pump at the Red Bluff Fish and Wildlife Office in California. The primary objective is to replace an unusable pump that is critical for irrigating vegetation on the site, ensuring efficient water delivery from the adjacent Tehama-Colusa canal. This opportunity is set aside for small businesses, requiring interested vendors to have a minimum of five years of experience in the agricultural water pumping industry and to comply with specific technical standards and government regulations. Proposals must be submitted by November 15, 2024, with inquiries directed to Roger Lockhart at roger_lockhart@fws.gov or by phone at 404-679-7124.

    Point(s) of Contact
    Lockhart, Roger
    (404) 679-7124
    (404) 679-4057
    roger_lockhart@fws.gov
    Files
    Title
    Posted
    The Wage Determination No. 2015-5675, issued by the U.S. Department of Labor's Wage and Hour Division, establishes the minimum wage and fringe benefits for service employees under the Service Contract Act in California counties including Colusa, Glenn, and Tehama. It outlines different wage rates categorized by occupation, specifying amounts based on Executive Orders 14026 and 13658. For contracts initiated or extended after January 30, 2022, employees must earn at least $17.20 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum must be at least $12.90 per hour. Fringe benefits include health and welfare provisions, vacation time, and paid holidays. Special considerations for specific job categories, such as computer professionals and air traffic controllers, are noted, along with regulations on paid sick leave under EO 13706. Contractors must also relevantly classify and properly compensate unlisted occupations through a conformance process. This determination signifies the federal government's commitment to ensuring fair compensation and labor standards for employees working on government contracts.
    The document pertains to a federal Request for Proposals (RFP) focused on environmental remediation projects. It outlines the requirements for applicants seeking grants to undertake cleanup initiatives in designated hazardous waste locations. The key objectives include assessing environmental conditions, implementing safety protocols, and executing effective remediation strategies to mitigate contamination risks. The document stresses the importance of adhering to federal guidelines and local regulations while employing sustainable practices. Additionally, it emphasizes the need for collaborative approaches among stakeholders, including community organizations and government agencies. The outlined projects aim to enhance public health and environmental quality, with successful proposals expected to demonstrate innovative techniques and measurable outcomes. This RFP illustrates the federal government's commitment to tackling environmental challenges while engaging community partners in restoration efforts.
    The document outlines the requirements for offerors submitting proposals for Solicitation No. 140FS125Q0001, focused on past experience and references related to services in the Agriculture Water and Pumping industry. Applicants must provide a detailed record of up to three relevant contracts, highlighting experience in comparable sizes and complexities, along with a minimum of five years in the industry. The submission should include specific details such as contract type, values, agency served, and a point of contact for reference. Each contract experience section requires a description of duties performed. Proposals must be submitted by the specified deadline to Roger Lockhart, Contract Specialist, via email. Emphasizing rigorous documentation and relevant past performance is crucial for potential offerors aiming to compete effectively in this federal procurement process.
    The document from Peerless Hydrodynamics provides crucial specifications for a particular type of operational unit or equipment, identified by its serial number 220748. It details the physical dimensions of the equipment, noted as 6×6×12, suggestive of its rugged and compact design pertinent to hydrodynamic applications. The mention of GPM (Gallons Per Minute) and RPM (Revolutions Per Minute) indicates a focus on performance metrics that are critical for evaluating the operational efficiency of the hydrodynamic systems proposed in government contracts. As part of federal and state RFPs, these specifications can influence procurement decisions, emphasizing the need for performance reliability and technical capabilities in governmental contracting processes. Hence, the document aligns with the context of federal grants and RFPs, outlining essential attributes sought by government agencies looking for advanced technological solutions in hydrodynamic systems. Overall, it underscores the importance of detailed technical specifications in securing government contracts in this specialized field.
    The document outlines Amendment 0001 to solicitation 140FS125Q0001, which encompasses changes to an existing contract related to the submission of offers. Contractors are required to acknowledge receipt of this amendment through specified methods, ensuring their offers are received by the set deadline to avoid rejection. The amendment includes an instruction to attach existing pump photos, with no further changes affecting the receipt deadlines. The period of performance for the project is established from October 21, 2024, to November 20, 2024. This document serves as a formal notification of contract modifications, detailing necessary administrative adjustments while maintaining the terms of the original solicitation. These updates are critical for contractors participating in federal procurement processes, ensuring compliance and clarity in communication regarding requirements.
    This document is an amendment (0002) to solicitation number 140FS125Q0001, which modifies a contract related to the installation of a Peerless or equivalent closed-coupled water vertical turbine pump. The amendment updates the period of performance, now set between October 28, 2024, and March 7, 2025. It includes a requirement for an updated photo of the existing pump along with measurements pertinent to the installation work. Additionally, all offers must acknowledge receipt of this amendment to remain valid, with a final deadline for submissions specified as October 28, 2024, at 5:00 PM EDT. The document emphasizes the importance of compliance with these instructions and provides the contact information for inquiries. The overall objective is to ensure clarity and compliance with updated specifications for prospective contractors in response to the solicitation.
    The document is a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service (FWS) for the procurement and installation of a vertical turbine pump at the Red Bluff Fish and Wildlife Office in California. The main goal is to replace an unusable pump utilized for irrigating vegetation on the site, ensuring efficient water delivery from the adjacent Tehama-Colusa canal. The RFQ outlines that this is a total small-business set-aside, requiring interested vendors to be registered in the System for Award Management (SAM) and to submit their bids by the specified deadline of November 15, 2024. Prospective contractors must have a minimum of five years of experience in the agricultural water pumping industry, adhere to the AWWA E-103 standards, and provide comprehensive technical and past performance information relevant to similar projects. The contract will encompass all necessary services, including installation, as well as compliance with quality assurance processes and government regulations. The contractor must also submit detailed literature and specifications for the equipment offered, ensuring alignment with the specified performance requirements. The document emphasizes the importance of environmental considerations and compliance with recent federal guidelines pertaining to procurement and operational requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated project cost ranging from $10 million to $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by November 7, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    25--WA Butler Hansen Road Maintainer
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of a road maintainer for the Julia Butler Hansen Refuge in Washington, under solicitation number 140FGA24Q0027. The procurement aims to acquire a single unit of a road maintainer that meets specific technical requirements, including adjustable wings, a weight exceeding 2,500 pounds, and delivery within 90 days of contract award. This equipment is crucial for maintaining the infrastructure of wildlife refuges, ensuring operational efficiency and safety. Interested small businesses must submit their quotes by October 28, 2024, and should be registered as active vendors in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project is designated as a Total Small Business Set-Aside and falls under NAICS code 237990, with an estimated construction value between $1 million and $5 million. The initiative aims to enhance aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    Y--TN-DALE HOLLOW NFH-HVAC PURCH & INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the purchase and installation of an HVAC system at the Dale Hollow National Fish Hatchery in Celina, Tennessee. The project involves installing a heating and cooling system, specifically a heat pump of 10 tons or larger, in a newly constructed 4,000 square foot facility designed to maintain aquatic species at optimal temperatures. This procurement is crucial for enhancing the hatchery's operational efficiency and supporting endangered species conservation efforts. Interested small businesses must submit their proposals by November 15, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov. The estimated project budget is below $25,000, and the contract will be awarded based on a best value evaluation considering price, technical capabilities, and past performance.
    CO-INFO RESRCS & TECHLGY-HPE NIMBLE DEVICES SOFTWA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the renewal of hardware and software support services for its HPE Nimble infrastructure under Request for Quotation (RFQ) number 140F1S24Q0100. The procurement aims to secure these essential services from November 15, 2024, to November 14, 2025, with an option for a six-month extension until May 14, 2026. This support is critical for maintaining the operational efficiency of the agency's IT infrastructure, which plays a vital role in its mission. Interested vendors must submit their inquiries by October 14, 2024, and provide their quotations by October 23, 2024, adhering to the specified submission guidelines. For further information, vendors can contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Z--Turbine Runner Cavitation Repair, Hungry Horse Field Office
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation's Pacific Northwest Region, is seeking qualified small businesses for a Turbine Runner Cavitation Repair project at the Hungry Horse Dam in Montana. The project involves assessing cavitation damage and executing necessary repairs on four Francis-type hydro-electric turbines that have been operational since 1950, with an estimated budget ranging from $1,000,000 to $5,000,000 for a five-year requirements contract. This initiative is crucial for maintaining the operational efficiency and longevity of the hydro-electric turbines, which play a significant role in energy production. Interested firms, particularly those classified as 8(a), HUBZone, Woman Owned, and Service-Disabled Veteran Owned, are encouraged to submit their capabilities and relevant past performance information to the primary contact, William Roberts, at wroberts@usbr.gov by the specified deadline.
    B. Everett Jordan Dam Bypass Pumping
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for bypass pumping services at the B. Everett Jordan Dam in North Carolina, with the solicitation number W912PM24R0022. The primary objective is to maintain a minimum water flow of 40 cubic feet per second (CFS) during inspections and repairs of the dam's outlet works tower, scheduled for January to February 2025. This procurement is critical for ensuring the integrity of the dam infrastructure while adhering to environmental safety protocols and operational efficiency. Proposals must be submitted electronically by November 15, 2024, at 4:00 P.M. Eastern Time, with all inquiries directed to Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    43--HOUSING,LIQUID PUMP
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 74 units of the Housing, Liquid Pump (NSN 4320014320616). This solicitation is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) under the FAR 19.15 program, emphasizing the government's commitment to supporting small business participation in federal contracting. The pumps are critical components used in various defense applications, ensuring reliable fluid power systems. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 168 days after the award date.
    J--IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge in Illinois. The BPA will cover a five-year period, from November 11, 2024, to November 10, 2029, and includes routine maintenance, repair, and diagnostics for HVAC systems at the Headquarters and Visitor Center, with mandatory biannual service visits to ensure operational efficiency and compliance with manufacturer standards. Interested contractors must conduct a mandatory site visit to assess the HVAC conditions before submitting their proposals, which are due electronically by November 1, 2024. The BPA has a maximum limit of $250,000, and proposals will be evaluated based on technical capability and past performance, with compliance to federal regulations being a critical factor. For further inquiries, potential bidders can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 303-236-4327.
    46--Portable Water Filtration System
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking sources for a portable water filtration system as part of its acquisition planning process. The requirement includes a diesel-driven pump trailer capable of self-priming and discharging at least 2400 gallons per minute, along with a self-contained filtration system that filters to 50 microns and features a mechanical self-cleaning system. This equipment is crucial for ensuring efficient water purification in various operational contexts. Interested firms must submit their capability statements and relevant information by 2:00 P.M. Pacific Time on November 4, 2024, to Diane Rodriguez at DLRodriguez@usbr.gov, referencing the number DOIRFB0240038 in the subject line.