ND GARRISON DAM NFH DRAIN LINE
ID: 140FGA25Q0012Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, GAOAFalls Church, VA, 22041, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 6:00 PM UTC
Description

The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the West Unit Drain Line at the Garrison Dam National Fish Hatchery. This project involves the replacement of approximately 25 linear feet of drain line with new PVC piping, requiring contractors to provide all necessary materials, labor, and equipment while adhering to environmental regulations and safety protocols. The work is critical for maintaining the hatchery's water infrastructure and ensuring compliance with health and safety standards. The estimated budget for this firm fixed-price construction project is between $25,000 and $100,000, with a performance period set from April 11, 2025, to May 30, 2025. Interested contractors should contact Jerry Perry at Jerry_Perry@fws.gov or call 703-358-1782 for further details and to submit their bids.

Point(s) of Contact
Files
Title
Posted
The document outlines the Statement of Work for the replacement of a water drain line at Garrison Dam National Fish Hatchery. The contractor is responsible for providing materials, labor, and equipment to replace approximately 25 linear feet of drain line with a new PVC pipe. Key requirements include site inspections by the Hatchery Manager before construction, environmental compliance, safety protocols, and waste management. Specific attention is given to pollution control, including measures to prevent water and noise pollution, as well as the management of solid and hazardous waste. The contractor must adhere to all relevant laws and regulations, ensure a safe working environment, provide necessary first aid supplies, and maintain site cleanliness. Temporary utilities are not provided; therefore, the contractor must arrange for their own. The contractor is also tasked with protecting existing structures and vegetation, notifying the project leader of site access needs, and arranging for final inspections. All work must be performed in accordance with manufacturer’s instructions, and contractors must possess valid licenses. This project exemplifies government RFP standards with stringent compliance and environmental protection requirements for successful execution.
Mar 20, 2025, 12:06 PM UTC
The document outlines the specifications for the West Unit Water Drain Line Replacement at the Garrison Dam National Fish Hatchery Complex. It includes requirements for earthwork and water utility piping. The earthwork section focuses on excavation, backfilling, and soil material standards necessary for utility trenches, emphasizing quality assurance and preparation techniques. Key processes include unclassified excavation without additional costs for rock removal and stringent backfill compaction standards to ensure structural integrity. The water utility piping section details installation requirements for polyvinyl chloride (PVC) and ductile iron pipes, highlighting compliance with plumbing codes and pressure ratings. It mandates specific installation methods and materials that maintain health and safety standards. Notably, the document stipulates pre-excavation conferences and coordination with the project owner to manage water service interruptions. In summary, this file serves as a comprehensive guide for contractors and suppliers involved in replacing and installing critical water infrastructure at the hatchery, ensuring adherence to specified construction standards while addressing operational and environmental considerations.
Mar 20, 2025, 12:06 PM UTC
The document outlines Wage Determination Number ND20250047 issued on February 28, 2025, for heavy construction projects in specific counties of North Dakota. It emphasizes compliance with the Davis-Bacon Act, which mandates the payment of prevailing wages as stipulated in Executive Orders 14026 and 13658. Key wage rates for various construction personnel are provided, with specifics on minimum hourly wages ranging from $13.30 to $17.75, depending on contract dates and extensions. The document also details classifications and prevailing wage rates for specific roles, such as carpenters, electricians, and laborers, citing rates inclusive of fringes. Additional information regarding worker protections under federal contracts and the processes for wage determination appeals is included, indicating procedures for requests and disagreements with initial decisions. Emphasis is placed on adherence to prevailing rates and conditions set forth by the U.S. Department of Labor, underscoring the commitment to maintain fair labor standards within government-funded construction projects.
Mar 20, 2025, 12:06 PM UTC
The Past Performance Questionnaire is a structured form designed for contractors to provide essential contract and performance details in government procurement processes. It compiles contractor information, work performed, contract specifics, and project descriptions, allowing clients to evaluate contractor performance comprehensively. The questionnaire is divided into sections, requiring clients to assess various performance metrics, including quality, schedule adherence, customer satisfaction, management capability, cost management, safety, and overall compliance. The document includes a rating scale from Outstanding to Unsatisfactory, guiding clients in rating contractors based on specific criteria, which enhances transparency and accountability in government contracts. Moreover, clients are encouraged to submit completed questionnaires directly back to the offeror or the contracting officer, ensuring fidelity in the evaluation process. The emphasis on performance, problem resolution, and financial management in rating contractors underlines the government's commitment to maintaining high standards in contract execution and service delivery. This form plays a critical role in assessing a contractor's past performance to inform future contract awards, aligning with the overarching goals of federal RFPs and grants.
Mar 20, 2025, 12:06 PM UTC
The document details a solicitation for a Firm Fixed Price Construction project at the Garrison Dam National Fish Hatchery, specifically aimed at replacing the West Unit Drain Line. It emphasizes that the project is set aside for small businesses and has an estimated budget between $25,000 and $100,000. Offerors must submit sealed bids and agree to various project requirements, including a performance period from April 11, 2025, to May 30, 2025. Key specifications outline that the contractor will provide all necessary materials, equipment, and labor for the replacement of the drain line. The contractor is also responsible for complying with environmental regulations, safety protocols, and handling hazardous materials that may be encountered during construction. The document includes detailed terms regarding contract clauses, pricing, and deliverables, and it stresses the importance of adhering to the Buy American Act for construction materials. This solicitation reflects the federal government’s objective to engage small businesses in public works projects while ensuring compliance with various regulatory standards and environmental considerations.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
OR-BASKETT SLOUGH NWR-CACKLER BRIDGE
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the design and construction of the Cackler Marsh Bridge at Baskett Slough National Wildlife Refuge in Dallas, Oregon. Contractors are required to submit sealed bids for a firm fixed-price construction contract, which includes providing all necessary labor, materials, and supervision to fulfill the project's specifications and drawings. This infrastructure project is significant for enhancing access and conservation efforts within the refuge, with a contract value estimated between $500,000 and $1 million, and work expected to commence on June 12, 2025, and conclude by December 31, 2026. Interested contractors should direct inquiries to Jessica Tines at jessicatines@fws.gov and ensure compliance with all outlined requirements, including securing performance and payment bonds.
Y--ND-TEWAUKON NWR-REPLACE WATER DIS SYSTEM
Buyer not available
The U.S. Fish and Wildlife Service is soliciting bids for the replacement of the water distribution system at Tewaukon National Wildlife Refuge in Cayuga, North Dakota. This project involves the complete installation of a new water distribution network, including piping, curb stops, and connections to existing infrastructure, while adhering to safety, environmental, and regulatory standards. The initiative is crucial for maintaining essential water infrastructure that supports wildlife conservation efforts and operational needs at the refuge. Interested small businesses must submit their proposals via email by April 25, 2025, with a projected contract value between $100,000 and $250,000, and can direct inquiries to John Ferrall at johnferrall@fws.gov.
Ice Harbor Dam Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, aimed at modernizing the hydraulic systems at the Ice Harbor Lock and Dam in Washington. The project involves the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to stringent safety and environmental regulations. This initiative is crucial for maintaining the operational integrity of the dam, which plays a vital role in regional water management. Interested small businesses must submit sealed offers by April 25, 2025, with an estimated project cost between $10 million and $25 million; inquiries can be directed to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
Concrete Foundation and Floor at Canaan Valley NWR
Buyer not available
The U.S. Fish and Wildlife Service is seeking contractors for the construction of a concrete foundation and floor slab at the Canaan Valley National Wildlife Refuge in West Virginia. The project involves the installation of caissons, a grade beam, and a concrete floor for a pre-engineered metal building, with site preparation managed by the Service. This construction is crucial for maintaining the facilities of the refuge while ensuring minimal disruption to ongoing operations. Interested contractors must submit bids by May 13, 2025, with a project magnitude estimated between $25,000 and $100,000, and a performance period from June 16, 2025, to July 18, 2025. For further inquiries, potential bidders can contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
SD-LAKE ANDES NWR-REPL QUARTERS FLOORING
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract to demolish and install new flooring at the Lake Andes National Wildlife Refuge in South Dakota. The project involves approximately 1,722 square feet of flooring replacement, requiring contractors to provide all necessary labor, materials, and equipment while adhering to safety regulations and environmental guidelines. This initiative is part of the government's commitment to enhancing residential facilities for employees at wildlife refuges, with a total budget estimated between $10,000 and $25,000. Interested small businesses must submit their proposals by the specified deadline and can contact Nicole Johnson at nicolecjohnson@fws.gov or 571-547-3470 for further information.
Y--SARA 257238 SARATOGA BATTLEFIELD TOUR STOP 7 DRAINAGE ISSUES
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to address drainage issues at Tour Stop 07 of the Saratoga National Historic Park. The project involves site construction activities, including grading and the installation of a drainage system, with a budget range of $250,000 to $500,000. This initiative is crucial for preserving the historical integrity of the site while ensuring visitor safety and minimizing disruption during construction. Interested contractors must submit their responses to the Sources Sought Notice by May 5, 2025, with a Request for Proposals anticipated by June 15, 2025. For further inquiries, potential bidders can contact Malissa Crofoot at malissacrofoot@nps.gov or by phone at 720-607-3973.
CA-SACRAMENTO NWRC-WTR CTRL STCT/CULVERT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the supply and delivery of precast concrete water control structures and culverts for the Sacramento National Wildlife Refuge in Willows, California. This procurement aims to enhance water management infrastructure, which is vital for natural resource conservation efforts. The contract is set for a performance period from May 1, 2025, to July 31, 2025, with offers due by April 29, 2025. Interested contractors should contact Sanford Carson at sanfordcarson@fws.gov for further details and ensure compliance with federal regulations, including wage determinations under the Davis-Bacon Act.
Z--GAOA - Browns Park NWR Butler Storage Building Reh
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge in Maybell, Colorado. The project aims to enhance the building's functionality, safety, and energy efficiency, involving significant renovations such as replacing bay doors, updating lighting and ventilation systems, and installing safety features like emergency showers and GFCI outlets. This initiative underscores the government's commitment to maintaining and upgrading federal facilities to meet modern standards. Interested contractors must submit their proposals by May 8, 2025, with a budget range of $250,000 to $500,000, and can direct inquiries to Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349.
HVAC and Remediation Services - LA
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors to provide HVAC and remediation services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The project entails the installation of a new HVAC system, ductwork replacement, and comprehensive mold remediation, all in compliance with federal and state regulations. This initiative is crucial for maintaining healthy facilities and mitigating risks associated with HVAC failures and mold growth. Proposals are due by May 8, 2025, with a project budget estimated between $100,000 and $250,000, and interested parties should contact Christine Beauregard at ChristineBeauregard@fws.gov for further details.
Z--COLM Replace Devil's Kitchen Waterline
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for a project to replace the waterline at Devil's Kitchen within Colorado National Monument, located in Grand Junction, Colorado. The project involves replacing approximately 900 feet of the existing 2-inch PVC waterline with a 3-inch HDPE pipe, along with associated valves and meters, and is anticipated to commence in late summer or fall. This initiative is crucial for maintaining the infrastructure and ensuring reliable water service to the picnic shelter and comfort station. Interested small businesses must submit their responses, including company information and capability statements, by April 17, 2025, to Nicollette Kennemer at nicollettekennemer@nps.gov, referencing the number 140P1225Q0044. The estimated construction cost for this project is between $100,000 and $250,000.