ND GARRISON DAM NFH DRAIN LINE
ID: 140FGA25Q0012Type: Solicitation
AwardedJul 1, 2025
$61.7K$61,740
AwardeeALL AMERICAN FEDERAL CONSTRUCTION LLC 27202 STONE HARBOUR LN Katy TX 77494 USA
Award #:140FGA25P0026
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
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks must match existing models and meet specific requirements, including features such as a 22-inch screw lid, internal supports, and compliance with ANSI/NSF 61 for potable water. The tanks will be utilized to store potable water for wildlife in drought-prone areas, emphasizing their importance in supporting local ecosystems. Interested small businesses must submit their quotes by December 22, 2025, at 5:00 pm EST, with the contract period of performance set from December 29, 2025, to February 16, 2026. For inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    Y--NGWSP BLOCK 2-3 HDD
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.