E--MA-ASSABET RIV NWR-BRIDGE PURCHASE
ID: 140FC225Q0030Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

PURCHASE OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (E1LB)

Set Aside

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

    The U.S. Fish and Wildlife Service (USFWS) is soliciting quotations for the fabrication, supply, and delivery of a prefabricated 25-foot steel bridge with a timber deck system to be installed at the Eastern Massachusetts National Wildlife Refuge Complex in Sudbury, Massachusetts. The project requires compliance with specific design standards, including a nominal 14-foot clear deck width and adherence to HL-93 live load requirements, with all materials mandated to be new and of domestic origin. This procurement is significant for enhancing wildlife conservation infrastructure and is set aside for small businesses, with an estimated contract value between $25,000 and $100,000. Interested vendors must submit their quotes by June 10, 2025, and direct any inquiries to William Koski at william_koski@fws.gov by June 2, 2025.

    Point(s) of Contact
    Koski, William
    william_koski@fws.gov
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (USFWS) is requesting quotations for the fabrication, supply, and installation of a 25-foot prefabricated steel bridge with a timber deck at the Eastern Massachusetts National Wildlife Refuge Complex in Sudbury, Massachusetts. Key specifications include a nominal 14-foot clear deck width, compliance with HL-93 live load requirements, and accommodations for future asphalt overlay. All materials must be new and of domestic origin, with stringent quality control measures in place. Suppliers must have at least five years of experience in similar projects, submit relevant company qualifications, design documentation, and a certificate of insurance. The completed bridge is expected to be delivered by July 1, 2025, with quotes due by June 6, 2025. This Request for Quotation (RFQ) is a total small business set-aside, emphasizing the importance of compliance with federal acquisition regulations and the use of competitive bidding to ensure the best value for federal funds. The procurement signifies the federal commitment to wildlife conservation infrastructure while supporting small businesses in the process.
    The U.S. Fish and Wildlife Service is issuing a solicitation (140FC225Q0030) for a prefabricated steel bridge with a timber deck for the Eastern Massachusetts National Wildlife Refuge Complex in Sudbury, MA. Key questions addressed include expectations regarding the bridge's delivery; it should arrive as a largely complete unit, with some modular assembly on-site. Certification for fabrication does not require ASIC but must adhere to AWS standards. The delivery date of July 1, 2025, was deemed unrealistic, prompting bidders to propose a feasible timeline. Installation and foundation requirements are not mandated by the government. Furthermore, the agency will not provide detailed drawings, making it the contractor's responsibility to submit those based on prior installations. This solicitation focuses on acquiring a cost-effective and compliant bridge solution to enhance infrastructure in the wildlife refuge area, emphasizing vendor accountability for design and timelines.
    The U.S. Fish and Wildlife Service has issued an RFP (Solicitation: 140FC225Q0030) for a prefabricated steel bridge with a timber deck to be installed in the Eastern Massachusetts National Wildlife Refuge Complex in Sudbury, MA. The bridge is expected to arrive mostly assembled to minimize on-site assembly, although some modular construction will be necessary. The welding certification will be managed by AWS, and no installation or foundation is required from the government. The contractor is responsible for providing all necessary drawings since the government does not have any produced specs. Additionally, the delivery date of July 1, 2025, has been flagged as unrealistic, and bidders are encouraged to propose alternative timelines. Overall, the brief focuses on clarifying expectations regarding the bridge's assembly, certification, and logistical requirements for potential contractors.
    The document pertains to the U.S. Fish and Wildlife Service (USFWS) solicitation for quotations related to the procurement of a prefabricated 25-foot steel bridge with a timber deck system. It outlines key administrative details for offerors, including acknowledgment procedures for amendments, the requirement for submitting quotes by the specified deadline, and the period of performance from July 1 to September 1, 2025. The total estimated cost for the project is between $25,000 and $100,000, and potential vendors are urged to submit any questions by June 2, 2025, with responses provided via an amendment. Offers are due by June 10, 2025. The document emphasizes the importance of adhering to the stipulated deadlines and acknowledges the need for official communication regarding any amendments. This solicitation reflects the government’s ongoing efforts to maintain infrastructure necessary for wildlife management and environmental service delivery.
    The U.S. Fish and Wildlife Service (USFWS) has issued an amendment to solicitation number 140FC225Q0030, inviting quotes for the fabrication, supply, and delivery of a prefabricated 25-foot steel bridge with a timber deck system. This procurement falls within a budget range of $25,000 to $100,000. Key dates include the deadline for questions on June 2, 2025, and the submission of quotes by June 10, 2025. The expected performance period for the project is from July 1 to September 1, 2025. The amendment details the procedures for acknowledging receipt of this amendment to ensure the validity of submitted offers. These amendments are standard for government contracting processes, emphasizing the importance of adhering to specified protocols and timelines. This solicitation supports USFWS’s mission to enhance infrastructure critical for wildlife conservation and environmental management.
    The document concerns an amendment to solicitation number 140FC225Q0030, which modifies certain terms related to the receipt of offers and contract management. It highlights that acknowledgment of the amendment is essential for offers to be considered valid, with specific methods outlined for how contractors can confirm receipt. Notably, it states that if changes to previously submitted offers are necessary, these must be communicated prior to the specified deadline. The amendment includes procedural information regarding the modification of contracts, clarifying that Amendment 2 was erroneously issued without content, while Amendment 3 includes critical Questions and Answers. The effective performance period is outlined as extending from July 1, 2025, to September 1, 2025. The signing authority is established, requiring a signature from both the contractor and the contracting officer, reaffirming that all other terms remain unchanged unless specifically addressed in this amendment. Overall, the document serves to update and clarify the terms of the solicitation process for contractors engaged with the government, ensuring compliance with federal acquisition regulations.
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the fabrication, supply, and delivery of a prefabricated 25-foot steel bridge with a timber deck system. The solicitation, under number 140FC225Q0030, specifies that the estimated contract value falls between $25,000 and $100,000, with proposals due by June 6, 2025, at 3:00 PM EDT. Prospective bidders are directed to email William Koski at the provided address for further inquiries by June 2, 2025. Delivery is expected by September 1, 2025, with the performance period occurring from July 1 to September 1, 2025. The solicitation includes established criteria for small businesses, emphasizing that the project categorizes as a “rated order” under the Defense Priorities and Allocations System (DPAS). Additional details regarding submissions and terms of the contract, including potential amendments, are outlined for compliance and operational referencing. This procurement process highlights the USFWS's commitment to infrastructure development within its service areas.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    23--CHARLES M RUSSELL NWR - Bumper Pull Dump Trailer
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for a Bumper Pull Dump Trailer for the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana. The procurement requires a trailer that meets specific technical specifications, including dimensions, axle capacity, and various components such as electric brakes and LED lights, with delivery to be made to the refuge facility. This equipment is essential for the refuge's operational needs, supporting wildlife management and habitat maintenance efforts. Proposals are due by December 11, 2025, at 10 AM Eastern Time, and must be submitted via email to Dana Arnold at danaarnold@fws.gov, with the contract period of performance set from December 18, 2025, to June 5, 2026.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. The tanks must meet specific design and performance criteria, including compatibility with existing models, UV and weather resistance, and compliance with ANSI/NSF 61 for potable water. This procurement is critical for maintaining water reserves at the refuge, ensuring environmental sustainability and wildlife support. Quotes are due by December 22, 2025, at 5:00 pm EST, and interested parties should submit their proposals via email to Khalilah Brown at khalilahbrown@fws.gov.
    Z--Bridge 447 - Timber Replacement
    Buyer not available
    The National Park Service is preparing to issue an Invitation for Bids (IFB) for the Bridge 447 – Timber Replacement project located in Cuyahoga Valley National Park, Brecksville, OH. The project entails the complete replacement of bridge timbers, installation of new approach ties, and the reinstallation of various bridge components, all in compliance with safety standards. This procurement is significant for maintaining infrastructure within the national park system and is set aside exclusively for small businesses, with a contract value estimated between $250,000 and $500,000. Interested contractors should note that the solicitation will be publicly available in mid to late December 2025, and they must be registered in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or 330-468-2500.
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    Camas Prairie Fence
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    WA FLAP JEFFER 134309(2), Two Trout Creek Culvert Replacement
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the WA FLAP JEFFER 134309(2) project, which involves the replacement of a failing culvert at Oil City Road MP 0.5 in Jefferson County, Washington. The primary objective of this procurement is to construct an Aquatic Organism Passage (AOP) culvert to enhance fish passage in a tributary to the Hoh River, addressing environmental concerns while ensuring compliance with federal standards. This project, approximately 0.1 miles in length, has an estimated cost between $2,000,000 and $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion deadline in Winter 2026. Interested bidders can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520.
    Pavement Repair, Seal Coating, and Line Striping, Buffumville Lake, Charlton, MA and Hodges Village Dam, Oxford, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for pavement repair, seal coating, and line striping at Buffumville Lake in Charlton, MA, and Hodges Village Dam in Oxford, MA. The project entails providing all necessary labor, materials, equipment, and transportation to repair pavement cracks, seal coat, and line stripe designated parking lots and dam crest roads, with specific requirements for safety protocols and environmental compliance. This procurement is set aside for small businesses, with a contract value estimated between $100,000 and $250,000, and interested vendors must have an active registration in SAM.gov to be eligible. The deadline for submitting offers is December 10, 2025, at 5:00 PM Eastern, and inquiries can be directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.