NJ EDWIN B FORSYTHE NWR SIGN INSTALL
ID: 140FS324Q0200Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Sign Manufacturing (339950)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

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 bids for the installation of signs at Little Beach Island, New Jersey, as part of the Edwin B. Forsythe National Wildlife Refuge project. The procurement involves the installation of eight 4’ by 8’ aluminum signs and five 2’ by 4’ aluminum signs, with the contractor responsible for providing necessary signposts, concrete, hardware, and equipment for installation. This project is crucial for protecting critical nesting habitats for endangered species by deterring public recreation on the island. Interested small businesses must submit their quotes by September 10, 2024, with work expected to commence between September 30, 2024, and November 30, 2024. For further inquiries, contact Lee Ann Riley at lee_riley@fws.gov or call 404-679-4158.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a quotation schedule for the installation of signs at Little Beach Island in Ocean County, New Jersey. It outlines the required contractor details, including the contractor's name, UEI number, point of contact name, and email. The primary line item on the schedule specifies the installation of signs and requests a total quote amount, which remains unspecified. This document serves as a formal solicitation for bids from contractors, part of the broader context of government requests for proposals (RFPs). It emphasizes the need for organized vendor responses to a specific governmental project, ensuring transparency and accountability in public spending.
    The Past Experience & References Questionnaire is a critical document for companies responding to government solicitations for contracts. It collects essential information to evaluate a business's qualifications and past performance. Companies are required to submit details such as their name, SAM Unique Entity ID, business type, and points of contact. Key sections inquire about years of experience in services, contracting history, and employee details, including their roles and collective experience relevant to the project. The questionnaire also requests references from similar projects completed within the last three years, emphasizing government contracts but allowing alternatives. The final certification section mandates the verifying of all information provided, underscoring accountability and transparency. This document plays a pivotal role in ensuring that potential contractors demonstrate their capability and readiness to undertake specified government projects effectively.
    The U.S. Department of Labor has issued Wage Determination No. 2015-4189 under the Service Contract Act (SCA), applicable in New Jersey, specifically Atlantic County. The document outlines minimum wage rates and fringe benefits for various occupations, requiring contractors to pay at least the applicable minimum wage rates established by Executive Orders 14026 and 13658. For contracts initiated after January 30, 2022, the minimum wage rate is $17.20 per hour; for contracts between January 1, 2015, and January 29, 2022, the rate is $12.90 per hour if not renewed. The wage determination lists numerous occupations with corresponding hourly rates. Additionally, it specifies health and welfare benefits at a rate of $5.36 per hour, paid vacation, and annual holidays. Compliance with regulations, including the provision for paid sick leave under Executive Order 13706, is mandatory for contractors involved in federal service contracts. It also details the process for conforming unlisted job classifications and wage rates in compliance with the SCA. This document serves as a guideline for federal contractors to ensure fair labor practices and adherence to wage standards for employees engaged in federally funded contracts.
    This document outlines the terms and conditions for federal contracts related to commercial products and services. It begins with FAR clauses that contractors must comply with, emphasizing compliance with various laws and executive orders, including certifications related to internal confidentiality agreements, prohibitions on contracts with certain foreign entities, and regulations concerning small business utilization. The contractor is required to provide accelerated payments to small business subcontractors and adhere to equal opportunity provisions. The document specifies the need for annual representations and certifications, detailing requirements for small businesses, veteran-owned entities, and economically disadvantaged firms. Evaluations for contract awards will consider technical merit, past performance, and pricing, ensuring that awards are made to the most advantageous offers. The overall purpose is to establish a clear framework for conducting federal procurements while upholding statutory obligations, promoting fair competition, and ensuring compliance with administrative requirements. This aligns with broader efforts to enhance government procurement integrity and support diverse business participation in federal contracting processes.
    The E. B. Forsythe National Wildlife Refuge outlines specifications for sign installation, particularly focusing on the wind beam, which is mandated to be made of extruded aluminum, weighing 1.175 pounds per linear foot, or an equivalent material. The document provides a view of the sign panel along with connection details for attaching the sign to the W beam post. It also presents alternate sign installation details to accommodate various sign types. The government commits to collaborating with the contractor to make any necessary adjustments based on the specific sign requirements. This document serves as a technical guide for contractors involved in sign installations at the refuge, ensuring compliance with project specifications and facilitating effective communication between parties.
    This document outlines the amendment to solicitation number 140FS324Q0200, released by the U.S. Fish and Wildlife Service, pertaining to the installation of 13 signs on Little Beach Island. The amendment extends the quotation submission deadline to September 17, 2024, at 3:00 PM, and answers vendor inquiries. It confirms that this solicitation is a total small business set-aside, with work expected to commence between September 30, 2024, and November 30, 2024, at the Edwin B. Forsythe National Wildlife Refuge in Oceanville, NJ. Offerors must provide several documents, including a completed SF 1449 and references, to be considered responsive. The award will be based on technical merit, past experience, and price, not solely on the lowest offer. The document emphasizes the necessity for all participants to have an active registration in the System for Award Management and outlines requirements for submitting questions and proposals. The contracting officer is Lee Ann Riley, and the solicitation adheres to federal acquisition regulations while striving for transparency and fairness in awarding government contracts.
    The government document outlines a Request for Quotation (RFQ) for the installation of signs at Little Beach Island, located in Ocean County, New Jersey. The project entails the installation of eight 4’ by 8’ aluminum signs and five 2’ by 4’ aluminum signs, which are to be provided by the government. The contractor is responsible for providing the necessary signposts, concrete, hardware, and equipment to transport materials and install the signs. The primary focus of this project is to deter public recreation on the island, protecting critical nesting habitats for endangered species. The contract is designated as a total small business set-aside, and interested vendors must submit their quotes by September 10, 2024. The scope includes compliance with safety regulations, and all work is to be completed within 30 days following the notice to proceed. The document specifies requirements for contractor qualifications, submission procedures, and payment systems, emphasizing that all contractors must register with the System for Award Management (SAM) and the Invoice Processing Platform (IPP) to ensure smooth processing of payments.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.
    KAWW - DEVELOP COMPREHENSIVE SIGN PLAN
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the development of a Comprehensive Sign Plan for the Katahdin Woods and Waters National Monument in Maine. The objective is to create a cohesive system of identity, motorist guidance, and visitor information signs to enhance visitor orientation and communication within the park, which currently lacks sufficient signage. This initiative is crucial for improving visitor experience and safety, ensuring compliance with federal standards for accessibility and visual communication. Interested contractors must submit their proposals by September 19, 2024, with inquiries directed to Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145. The anticipated contract will be awarded as a Firm-Fixed-Price Purchase Order, with a performance period from October 1, 2024, to December 31, 2025.
    C--BOSQUE DEL APACHE NWR A&E DESIGN
    Active
    Interior, Department Of The
    The United States Fish and Wildlife Service (USFWS) is seeking qualified architect-engineer firms to provide professional services for the design and preparation of construction plans and specifications for the renovation and modernization of the Headquarters, Visitor Center, and Maintenance Facilities at the Bosque del Apache National Wildlife Refuge in New Mexico. The project, funded through the Great American Outdoors Act, aims to consolidate and improve infrastructure with a total budget of approximately $16.6 million, emphasizing sustainable practices, energy efficiency, and compliance with environmental regulations. Interested firms must demonstrate relevant experience and qualifications, with proposals due by September 25, 2024, and design completion expected by June 2025. For further inquiries, contact Ian Young at ianayoung@fws.gov or call 612-713-5214.
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, measuring approximately 54' x 110', with specific engineering requirements for snow and wind loads. This initiative aims to enhance the facility's operational capacity and support fish stocking programs, reflecting the government's commitment to environmental conservation. Interested contractors must submit proposals by September 26, 2024, and are encouraged to attend a site visit on September 9, 2024; inquiries can be directed to Nicole Johnson at nicolecjohnson@fws.gov.
    WA-MID-COLUMBIA RIV NWR-FLOWERING RUSH D
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the survey and removal of invasive flowering rush on 10 acres at the Columbia River National Wildlife Refuge, with the potential for additional acreage depending on funding. The objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by employing a contractor to provide all necessary labor, materials, and compliance with safety regulations, culminating in a final report on the effectiveness of the removal efforts. Quotes for this total small business set-aside opportunity are due by September 19, 2024, with the performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit a complete quote, including representations and certifications, to be considered for this project.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and debris to facilitate construction. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is estimated to be valued between $100,000 and $250,000, with a performance period expected to commence in June 2025 and conclude by September 2025. Interested contractors can direct inquiries to Alisha Knaub at alisha.knaub@usda.gov or by phone at 406-438-2981.
    N--LAKE - ECHO BAY BARGE BREAKWATER PROJECT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the Lake Echo Bay Barge Breakwater Project, a construction initiative aimed at enhancing the stability and functionality of a water intake barge at Lake Mead National Recreation Area. This project, which is exclusively set aside for small businesses, involves the design, fabrication, and installation of a new breakwater and wave attenuator system to address challenges posed by lowering water levels and adverse weather conditions. The estimated funding for this project ranges between $500,000 and $1 million, with a bid submission deadline extended to October 16, 2024, at 2 PM. Interested contractors should contact Caroline Bachelier at carolinebachelier@nps.gov for further details and must comply with all solicitation requirements, including attending a mandatory site visit scheduled for August 21, 2024.