C--Pahranagat NWR - North and South Wells
ID: 140FC325R0002Type: Solicitation
AwardedMay 20, 2025
$1M$1,044,389
AwardeeNORTHERN MANAGEMENT SERVICES, INC. 607 CHURCH ST Sandpoint ID 83864 USA
Award #:140FC325C0015
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

ARCHITECT AND ENGINEERING- GENERAL: OTHER (C219)

Set Aside

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

    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the design and construction of replacement wells at the Pahranagat National Wildlife Refuge in Nevada. The project involves drilling, casing, and testing for new North and South Wells, along with the installation of pumps and photovoltaic systems, to address the deteriorating conditions of existing wells. This initiative is crucial for maintaining water supply systems that support wildlife habitat management and environmental stewardship within the refuge. The contract is a firm fixed-price agreement with an estimated value between $1,000,000 and $5,000,000, and the performance period is set from March 21, 2025, to July 22, 2027. Interested contractors can reach out to Cindy Salazar at Cindy_Salazar@fws.gov or call 503-872-2832 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (USFWS) has released a Statement of Work for Design/Build Services focused on constructing replacement wells at the Pahranagat National Wildlife Refuge in Nevada. The project involves drilling and equipping a New Replacement North Well and South Well, which are necessary due to the deteriorating conditions of existing wells, significantly reducing their water output. Key tasks encompass site assessments, design development, permitting, construction mobilization, well drilling, pump installation, and the possibility of incorporating photovoltaic arrays for energy sustainability. Water rights for the extraction are established at 1,685 acre-feet per year. The contractor is tasked with compliance with various regulatory standards, including federal and state laws, OSHA regulations, and applicable building codes. The anticipated timeline spans 2 years and 4 months from contract initiation, with emphasis on coordinating construction efforts to minimize environmental impact and ensure functionality. This undertaking underscores the USFWS’s commitment to maintaining water supply systems crucial for wildlife habitat enhancement and management within the Refuge.
    The document appears to be part of a collection related to government requests for proposals (RFPs) and grants at the federal, state, and local levels. Its main purpose is likely to solicit bids or proposals from various organizations or vendors for specific projects or services that align with government initiatives. Key issues discussed include the scope of projects, application requirements, funding opportunities, and deadlines. Supporting details might involve eligibility criteria for applicants, funding limits, and potential benefits to local communities or specific sectors. The structure likely follows a standard RFP format, outlining the purpose, project description, submission guidelines, evaluation criteria, and contact information for prospective bidders. Overall, the intent of the document is to initiate collaboration between government entities and potential contractors, aiming to achieve relevant project goals while maximizing resource allocation. As part of a larger system of governmental operations, this RFP serves to enhance public services, infrastructure, or community programs through effective partnerships.
    The file pertains to the request for subcontractor proposals for design/build services related to the construction of replacement wells at the Pahranagat National Wildlife Refuge in Alamo, Nevada, under the United States Fish and Wildlife Service. Bidders must submit a list of proposed subcontractors using the SF 1413 form, meeting the guidelines established in FAR Clause 52.222-11, within 14 days of contract award. This submission process emphasizes the importance of maintaining the original list of subcontractors proposed at the time of bidding, with no allowances for changes post-contract award. Overall, the document outlines procedural requirements and emphasizes compliance and accountability in federal contracting practices, particularly in environmental and wildlife management projects.
    The government file in question is largely undecipherable due to data encoding issues and appears to lack coherent information related to federal grants, RFPs, or state/local funding opportunities. However, the file structure suggests a formal documentation style typical of government-related communications, possibly containing detail on proposals or funding applications. It may have included critical information regarding project guidelines, eligibility criteria, and application processes for various grants or requests for proposals aimed at encouraging improvement in specific sectors. In the context of government RFPs and federal grants, the intention behind such documents is generally to solicit vendors, organizations, or agencies to provide services or support for government initiatives, ensuring transparency and fairness in the funding process. While concrete insights cannot be extracted due to the obscured content, the overarching theme relates to government efforts to streamline funding and services through well-defined proposals and guidelines aimed at enhancing community services, infrastructure, or programs.
    The file details information pertaining to the Pahranagat National Wildlife Refuge in Lincoln County, Nevada, produced by the U.S. Fish & Wildlife Service (USFWS). The document includes GIS data and associated coordinates to aid in the review, planning, and land management of the refuge, with data current as of January 9, 2015, and the map dated December 4, 2023. A crucial note emphasizes that the USFWS bears no liability for any improper use of the provided data. The legend outlines the color bands used in the GIS imagery, suggesting a focus on visual representation of the land features. This document serves primarily as a reference tool for land management and planning within the refuge, relevant to federal grants or RFPs related to environmental and wildlife conservation efforts.
    The document appears to consist of corrupted data or unreadable text, and as such, it does not convey a clear or coherent topic related to federal government RFPs, grants, or state and local requests for proposal. The presence of fragmented characters and symbols suggests that the file may not have been properly formatted or has sustained damage, rendering it ineffective for analysis. Certain standard structural elements, necessary for a comprehensive understanding—such as an introduction, body, and conclusion—cannot be discerned due to the lack of intelligible content. Consequently, without an identifiable main theme or supporting details, it is impossible to derive any meaningful insights or summarize the content appropriately. Therefore, the overall purpose of the document remains unclear and cannot be summarized effectively.
    The Pahranagat National Wildlife Refuge in Alamo, Nevada, outlines the technical requirements for construction projects managed by the U.S. Fish & Wildlife Service across several regions. The document emphasizes the provision of necessary management, labor, materials, and equipment for successful project execution. Clear definitions are established for terms such as commissioning, construction, and roles of the Contracting Officer (CO) and representatives. Access to project sites, especially in remote locations, must be verified, and contractors are responsible for maintaining safe public use of affected areas. The procedures for submittals, housing, facilities, construction schedules, and daily reporting are detailed, ensuring compliance with federal regulations. Safety protocols, environmental protection measures, and quality control processes are critical components. The contractor is also tasked with ensuring sustainable practices and managing risk related to hazardous materials and noxious species. The document concludes with guidelines for project closeout, including submission of operation and maintenance manuals, regulatory compliance documentation, and final inspections. Overall, these requirements aim to enhance project outcomes while adhering to environmental and safety standards.
    The document is a complex and unintelligible file likely corrupted or misformatted — containing data commonly associated with government RFPs, federal grants, and state/local solicitations. It lacks coherent structure or substantive content in its current form, making it challenging to extract meaningful information regarding any specific program or initiative. If intact, the document would typically outline funding opportunities, requirements for proposals, and specifications for funding use within government frameworks. However, due to extensive gibberish and unreadable segments, it ultimately fails to convey any discernible topics, key ideas, or structured insights essential for understanding potential opportunities or relevant guidelines related to government contracts and grants. The absence of clear context limits its usefulness in supporting a particular purpose related to government funding solicitations or project guidelines.
    This document is an amendment to the solicitation numbered 140FC325R0002, issued by the Federal Government's Construction A/E Team 3 in Falls Church, VA. The main purpose of the amendment is to extend the deadline for offer submissions from January 16, 2025, to January 22, 2025, at 5:00 PM PST. Additionally, it clarifies requirements for Past Performance and Past Experience submissions, stating that while the projects submitted for Past Performance do not have to match those for Past Experience, they should still be similar in scope to the Statement of Work (SOW). The period of performance for the project is identified as from March 21, 2025, to July 22, 2027. The document outlines the process for acknowledging receipt of this amendment by contractors and emphasizes that failure to do so may lead to offer rejection. This amendment ensures that prospective contractors are informed and can adjust their submissions accordingly, reflecting the government's intent to maintain a fair and transparent bidding process.
    The document outlines a solicitation for the design and construction of replacement wells at the Pahranagat National Wildlife Refuge (PNWR) in Nevada, issued by the U.S. Fish and Wildlife Service (USFWS). It specifies a firm fixed-price contract with a price range between $1,000,000 and $5,000,000. Key activities include drilling, casing, and testing for the new North and South Wells, along with the installation of pumps and photovoltaic systems. The contractor is mandated to adhere to Davis-Bacon Wage Determination and is required to furnish performance and payment bonds. The bid process involves sealed offers with a public opening, and bids must comply with various solicitation requirements highlighted in the document. Additionally, the contract emphasizes environmental safety, including protocols for handling hazardous materials and preserving archaeological data. The timeline for performance spans from 03/21/2025 to 07/22/2027, underlining the urgency and scale of the project. This RFP exemplifies the federal government’s commitment to infrastructure enhancements that align with environmental stewardship and operational efficiency at national wildlife refuges.
    Lifecycle
    Similar Opportunities
    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.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    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.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    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.
    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.
    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 an above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank on an existing concrete pad, and reconnection of supply lines and equipment for an emergency generator. This upgrade is crucial for maintaining safe and compliant operations at the hatchery, which will continue during the project, necessitating careful coordination with the hatchery's point of contact. Interested contractors should note that the estimated construction cost ranges from $25,000 to $100,000, with a firm-fixed-price contract anticipated to be awarded in July 2025. A site visit is scheduled for January 7, 2026, and all questions must be submitted by January 8, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    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.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    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--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.