OK-WICHITA MTNS RFG-CONCRETE DISPOSAL
ID: 140FGA26Q0002Type: Solicitation
Overview

Buyer

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

NAICS

Solid Waste Collection (562111)

PSC

SALVAGE- DEMOLITION OF STRUCTURES/FACILITIES (OTHER THAN BUILDINGS) (P500)

Set Aside

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

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract for concrete demolition debris removal at the Wichita Mountains Wildlife Refuge in Indiahoma, Oklahoma. The project entails the removal of approximately 15,000 tons of concrete debris, including rebar, brick, and cinderblock, with options for an additional 6,000 tons, and requires compliance with federal regulations such as the Buy American Act and Davis-Bacon Wage Rates. This contract is crucial for restoring the site to its natural state and ensuring environmental protection, with a performance period of 180 days from the notice to proceed, and work expected to commence within 5 days. Interested small businesses must contact Shanen Fox at shanen_fox@fws.gov or call 503-736-4469 for further details, with the project valued between $250,000 and $500,000.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines a Request for Proposal (RFP) for unspecified services, detailing the general requirements, terms, and conditions for potential bidders. It includes sections on proposal submission, evaluation criteria, and contractual obligations, emphasizing compliance with federal and state regulations. The document specifies administrative information, such as contact details and deadlines, and provides a framework for how the government entity will engage with vendors. It also touches upon technical specifications and performance expectations, indicating a need for comprehensive and well-structured proposals. The file contains repetitive sections and placeholder text, suggesting it is a template or draft awaiting specific project details. The overarching purpose is to solicit bids for a project, ensuring transparency and adherence to procurement guidelines within the government sector.
    The Wichita Mountains Wildlife Refuge seeks a contractor for concrete demolition debris removal from the former Treasure Lake Job Corp campus. Approximately 15,000 tons of concrete debris, including rebar, brick, and cinderblock, need to be removed from the site, with options for an additional 6,000 tons depending on funding. The contractor will be responsible for all aspects of the removal, including preparation, stockpiling, loading, hauling, crushing, and disposal of unrecyclable materials, as well as leveling and grading the site to a natural state. The demolition is expected to be completed by January 30, 2026, with debris stockpiled on the west side of the project area. A mandatory site visit is scheduled from January 2-12, 2026. This non-personnel services contract has a performance period of 180 days from the award date, with work allowed from sunrise to sunset, Sunday through Saturday. The contractor is responsible for their own equipment security, employee safety plans, and proper trash disposal.
    This government solicitation (140FGA26Q0002) is a Request for Proposal (RFP) for a Firm Fixed Price Construction contract for Concrete Demolition Debris Removal at the FWS Wichita Mountains Wildlife Refuge. The project, valued between $250,000 and $500,000, involves the preparation, stockpiling, loading, hauling, crushing, and removal of approximately 15,000 tons of concrete debris, with options for an additional 6,000 tons. The period of performance is 180 calendar days after notice to proceed, with work commencing within 5 calendar days. Key requirements include compliance with various federal regulations, such as the Buy American Act, Davis-Bacon Wage Rates, and environmental protection standards. Special provisions address work hours, environmental interruptions, historical/archeological data preservation, hazardous materials, green procurement, and the use of the Invoice Processing Platform (IPP) for payments. Offerors must provide performance and payment bonds.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    56--SB2 LIMESTONE MATERIALS FOR FWS CACHE RIVER NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of approximately 700 tons of SB2 limestone materials to be used at the Cache River National Wildlife Refuge (NWR) in Arkansas. The contractor will be responsible for tailgate spreading the limestone across five designated locations, ensuring a consistent application depth of three inches, with specific delivery requirements including a minimum of 100 tons per day during the performance period from January 6 to January 12, 2026. This procurement is a total small business set-aside, emphasizing the importance of locally sourced materials, and requires compliance with various federal regulations. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details and must acknowledge the solicitation amendment by the specified deadline to avoid rejection of their offers.
    MN Valley NWR Visitor Center - Concrete Floor Prep
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from Women-Owned Small Businesses (WOSB) for a federal contract involving concrete floor preparation, staining, and vinyl cove installation at the Minnesota Valley National Wildlife Refuge Visitor Center in Bloomington, MN. The project requires the contractor to remove adhesive, grind a 1,421 sq. ft. concrete slab, apply a stained design resembling the Minnesota River, and install a 4-inch dark blue vinyl cove, all while ensuring compliance with environmental and safety standards. Interested contractors must submit their proposals, including a completed SF 1449 form and technical narratives, by January 20, 2026, at 2:00 PM Eastern Time, with a site visit scheduled for January 14th at 10 AM Central Time. For further inquiries, contact Dana Arnold at danaarnold@fws.gov or call 703-468-8289.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.
    Y--FOSM - Interpretive Overlook Rehabilitation
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is preparing to issue an Invitation for Bid (IFB) for the rehabilitation of the Interpretive Overlook at the Fort Smith National Historic Site in Fort Smith, Arkansas. This project involves constructing an outdoor exhibit and river overlook, including approximately 2,000 square feet of concrete, ornamental trees, boulders, signage elements, and interpretive panels, with additional bid options for landscaping and decorative sandblasting. The project is significant for enhancing visitor engagement and education at the historic site, with a contract value estimated between $500,000 and $1 million, expected to be awarded by Spring 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Bridget Parizek at bridgetparizek@nps.gov for further details.
    The delivery of approximately 8000 yds. of ¾ minus
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations for the delivery of approximately 8,000 cubic yards of ¾ minus crushed rock for the Malheur National Wildlife Refuge, located in Oregon. The crushed rock must comply with Oregon state specifications for Harney County gravel roads and is intended for use in maintaining the refuge's infrastructure. The delivery period is set from April 1, 2026, to June 30, 2026, and contractors are required to submit invoices electronically while adhering to various FAR clauses. Interested parties can contact Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387 for further details.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    FL- WELAKA NFH-GARAGE DOORS - BEECHER UNIT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a construction project to replace seven manually opened garage doors at the Welaka National Fish Hatchery (NFH), Beecher Unit, located in Crescent City, Florida. The project involves the removal of existing doors and the installation of new hurricane-rated sectional doors, including all necessary hardware, to meet local wind load requirements. This procurement is a 100% Total Small Business Set-Aside, with a contract value estimated to be less than $25,000, and will be awarded based on the Lowest-Price/Technically Acceptable criteria. Proposals must be submitted via email to johnferrall@fws.gov by January 9, 2026, at 5:00 PM EST, and a site visit is highly recommended for interested contractors.
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a 2,000-gallon above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing the existing tank with a new 1,000-gallon tank, reconnecting supply lines, and ensuring compliance with safety standards for emergency generator operations. This procurement is crucial for maintaining the operational integrity of the hatchery while adhering to environmental and safety regulations. Interested contractors should note that the period of performance is from January 20, 2026, to February 20, 2026, with a site visit scheduled for January 14, 2026, and quotes due by January 20, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
    Replace UST Manway Sump & Concrete
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the project titled "Replace UST Manway Sump & Concrete" at F.E. Warren Air Force Base in Wyoming. This project involves the removal and replacement of an underground fuel storage tank monitoring manway, spill bucket, and associated concrete, requiring contractors to provide all necessary materials, labor, and transportation while adhering to a strict 90-day performance period. The work is critical for maintaining environmental compliance and operational security, as it involves upgrading essential infrastructure related to leaking underground storage tank support. Interested parties should contact Natalie Martinez at natalie.martinez.6@us.af.mil or Arthur Makekau at arthur.makekau@us.af.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.