Z--WA WILLARD NFH ROOF & QUARTERS 1&3 REPAIRS
ID: 140FC325Q0022Type: Sources Sought
AwardedAug 6, 2025
$10.4K$10,392
AwardeeVIGOREN DONALD E JR 121 STAR RD Kalama WA 98625 USA
Award #:140FC325C0021
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 3Falls Church, VA, 22041, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF FAMILY HOUSING FACILITIES (Z2FA)

Set Aside

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

    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for a firm fixed-price construction contract to perform roof repairs and modifications at the Willard National Fish Hatchery in Cook, Washington. The project involves essential structural repairs, including the replacement of vertical beams and reinstallation of gutters and siding for two residences, with a total budget of less than $25,000 and a performance period of approximately 120 days. This initiative is crucial for maintaining the integrity of federal facilities and ensuring compliance with various regulations, including the Davis-Bacon wage requirements. Interested contractors should contact Cindy Salazar at Cindy_Salazar@fws.gov or by phone at 503-872-2832, with proposals due by July 3, 2025, at 5:00 PM PDT.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) for the Willard National Fish Hatchery outlines necessary roof repairs and modifications for two onsite residences in Cook, WA. The project requires the structural repair of Gable Barge Rafters and the replacement of two vertical beams essential for supporting the roof structure. It consists of multiple tasks, including mobilization, removal and reinstallation of gutters, siding, and soffit, inspections and replacements of wood components, and the installation of temporary supports and new 4x4 posts. The work will adhere to various federal, state, and local codes, including Davis-Bacon wage determinations for labor. The contractor is expected to submit a detailed project schedule and adhere to quality control measures involving new materials and salvaged components. The project is expected to commence with a site visit on June 17, 2025, and must be completed within 120 days of the Notice to Proceed. This SOW serves as a formal contract document guiding the renovation work to ensure compliance with prescribed standards in government contracting.
    The Willard National Fish Hatchery is soliciting proposals for a Firm Fixed Price Construction contract to perform roof repair and modifications at its residence located in Cook, Washington. The request for proposals (RFP) details two distinct line items for repair work categorized under different quarters, with quantities set to one lump sum (LS) each. The document requires bidders to provide their firm's name, address, Unique Entity ID, CAGE Code, contact information, and proposals for the total cost associated with the outlined work. This RFP highlights a straightforward construction need that contributes to maintaining facilities at a federal government property, emphasizing compliance with specific standards related to government contracts and construction works. Bidders must adhere to the outlined requirements to ensure a successful proposal submission for the project.
    The Willard National Fish Hatchery is issuing a Sources Sought Synopsis to gather market research for potential contractors capable of performing roof and quarters repairs at its facility in Cook, Washington. This synopsis serves as an informational tool to identify qualified businesses, particularly those eligible for small business set-aside programs, including 8(a), HUBZone, and WOSB categories. The work involves significant structural repairs, including the inspection and replacement of damaged rafters and vertical beams, along with the careful removal and reinstallation of siding and gutters. Interested contractors must demonstrate relevant experience by submitting examples of similar projects completed in the last five years. The estimated contract will be firm-fixed-price, with a performance timeline of approximately 120 days. Responses are due by May 23, 2025, and must include specific company details such as CAGE Code and business size. The solicitation will be posted on SAM.gov, and firms are encouraged to monitor the site for updates.
    The document outlines wage determinations for residential construction projects in Clark and Skamania Counties, Washington, effective January 3, 2025. It specifies the application of the Davis-Bacon Act and associated Executive Orders, including wage rates that contractors must adhere to for various classifications such as bricklayers, carpenters, and laborers. Contracts initiated on or after January 30, 2022, require a minimum wage of $17.75, while those awarded between January 2015 and January 2022 must pay $13.30, unless other rates apply. Additional conditions include paid sick leave requirements for workers and provisions for unlisted classifications through conformance requests. The document also details the process for appealing wage determinations through the U.S. Department of Labor, providing avenues for stakeholders to seek review or reconsideration. Overall, it serves as crucial guidance for compliance with wage laws and worker protections in federally funded construction projects.
    The document addresses a series of questions and answers concerning the roof repair project for Willard Quarters 1 & 3, specifically related to soffit painting, gutter installation, siding specifications, and building wrap alternatives. It clarifies that for Task 13, only the immediate soffit areas above the front porches should be painted, and gutters should be reinstalled without requiring a paint touch-up. The document specifies that metal siding is the only acceptable option for covering sub-sheathing and building wrap; alternatives like Hardi and Smart Siding are excluded. Additionally, while ZIP System sheathing is suggested as a superior alternative to Tyvek, it will only be considered if priced similarly. A request for a quote on repainting the weathered gable end walls has been declined. This information outlines the project requirements and restrictions for contractors, ensuring compliance and consistency in execution as part of the RFP process for federal and local grants. The document emphasizes clarity in directives to maintain quality standards during the repair work.
    The file 140FC325Q0022 addresses the Willard Roof Repair for Quarters 1 & 3, summarizing questions and answers related to various tasks involved in the project. The main topic focuses on specific requirements for paint application and materials for siding and building wrap. Key points include guidance on painting immediate soffit areas instead of full matching, confirming that gutters can simply be reinstalled without repainting, and allowing alternative sidings like Hardi and OSB instead of only metal siding, provided they match existing materials. However, ZIP System sheathing is not accepted unless priced similarly to the specified Tyvek. Additionally, requests for quotes on repainting weathered gable end walls are denied. This document serves to clarify expectations for contractors bidding on the project, ensuring compliance with specifications crucial for the integrity and aesthetic of the residences involved in the federal repair initiative.
    The document addresses an amendment concerning the solicitation referenced by the number 140FC325Q0022, related to federal contracting and procurement. It outlines the protocol for acknowledging receipt of the amendment, emphasizing that failure to do so by the specified deadline could lead to rejection of offers. The amendment provides a deadline for responses of June 25, 2025, and establishes a period of performance from July 1, 2025, to October 28, 2025. Additionally, it states that questions from potential bidders have been addressed in an attached Q&A document, while clarifying that the original response due date remains unchanged. Overall, this amendment aims to ensure that all parties are informed and compliant with the updated requirements and timelines for the solicitation process.
    The document outlines an amendment to solicitation number 140FC325Q0022, which affects the bidding process for a federal contract. Key points include the need for contractors to acknowledge receipt of the amendment by certain methods, such as submitting copies or responding electronically before the specified deadline. The amendment provides revised answers to previously submitted questions regarding the solicitation and extends the response due date to July 3, 2025, at 5:00 PM PDT. The period of performance for the contract is set from July 1, 2025, to October 28, 2025. Additionally, the document stipulates that all prior terms remain unchanged unless otherwise specified in this amendment. This amendment serves to clarify the solicitation process and ensure all potential contractors are properly informed and compliant with updated requirements.
    The solicitation document outlines a request for proposals (RFP) for a firm fixed-price construction contract for roof repairs and modifications of two residences at the Willard National Fish Hatchery in Cook, Washington. The total budget is less than $25,000, and performance is required to commence within 15 calendar days after receiving the notice to proceed, with a completion period of approximately 120 days. Key tasks include structural repairs to gable barge rafters, replacement of vertical beams, and reinstallation of gutters and siding. Contractors are required to adhere to various regulations, including those related to environmental impact, labor standards, and safety. Additional details include timelines for site visits, requests for information (RFI), and proposals, emphasizing adherence to the Davis-Bacon wage requirements and environmental safety measures. This document serves to ensure compliance with government contracting standards and outlines the expectations for restoration work, aligning with federal guidelines for maintaining public facilities. The formal structure includes sections detailing pricing, specifications, project delivery, and special requirements ensuring clarity for potential bidders.
    Lifecycle
    Similar Opportunities
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    WA FLAP JEFFER 134309(2), Two Trout Creek Culvert Replacement
    Transportation, Department Of
    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.
    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 diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon above-ground tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank, and reconnection of supply lines for an emergency generator. This upgrade is crucial for maintaining operational efficiency and safety standards at the hatchery, which will continue operations during the project. Interested contractors should note that quotes are due by January 13, 2026, with a site visit scheduled for January 7, 2026, and all inquiries must be directed to Christa Garrigas at christagarrigas@fws.gov by January 8, 2026. The estimated construction cost is between $25,000 and $100,000, with work expected to commence on January 20, 2026, and conclude by February 20, 2026.
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the emergency repair of Forest Road 11 at Mile Post 23.9 in the Mt. Baker-Snoqualmie National Forest, located in Whatcom County, Washington. The project involves critical roadway repairs, including subexcavation, aggregate surfacing, and the installation of root-wad/riprap embankments, aimed at addressing a significant roadway failure. This infrastructure repair is essential for maintaining safe access and environmental protection within federal lands. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date set for Winter/Spring 2025 and a completion deadline by Fall 2026. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    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.
    USCG STATION CAPE DISAPPOINTMENT RAIN GUTTER REPAIR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide rain gutter repair services at the USCG Station Cape Disappointment in Ilwaco, Washington. The project involves the removal of an existing cast iron gutter system and the installation of approximately 750 linear feet of new gutters, downspouts, hangers, and fixtures, along with necessary inspections and repairs to fascia boards and soffits, all in compliance with USCG standards and local building codes. This procurement is critical for maintaining the integrity of the facility's water management system and ensuring safety standards are met. Interested contractors must submit their quotes by 8 AM (PST) on December 22, 2025, to John Mangune at John.A.Mangune@uscg.mil, referencing solicitation RFQ number 70Z03325Q30475004.
    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.
    WA NP MORA 11(1), Fryingpan Creek Bridge
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP MORA 11(1) project, which involves the replacement of the Fryingpan Creek Bridge in Mount Rainier National Park, Washington. The project entails constructing a new 218.5-foot long steel plate girder bridge with a cast-in-place concrete deck, along with roadway realignment, parking lot construction, minor pipe culvert replacement, and stone masonry work. This initiative is crucial for maintaining infrastructure integrity and enhancing transportation safety within the park, with an estimated contract value between $10 million and $20 million. Interested vendors should note that the tentative solicitation date is set for Winter 2026, with a fixed completion date anticipated in Summer 2029; for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Wind River Road Slide Reconstruction project (WA FLAP SKAMAN 92135(1)) located in Skamania County, Washington. The project involves the construction of retaining walls, installation and replacement of guardrails, culvert lining, and paving over a 0.3-mile stretch of road, aimed at addressing infrastructure challenges due to a slide. This initiative is crucial for enhancing road safety and infrastructure resilience in the area. The estimated contract value ranges from $5,000,000 to $10,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target for Fall/Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.