C--Pahranagat NWR - North and South Wells
ID: 140FC325R0002Type: Solicitation
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
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 1:00 AM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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.
Jan 15, 2025, 10:05 PM UTC
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
Title
Type
Solicitation
Similar Opportunities
Y--GA PIEDMONT NWR RESTROOM FOUNDATION
Buyer not available
The U.S. Fish and Wildlife Service is seeking contractors for the repair of restroom and shower facilities at the Piedmont National Wildlife Refuge in Hillsboro, Georgia. The project involves stabilizing the Pippins Lake Comfort Station, which has experienced significant structural deficiencies, by driving piers to support the building slab and ensuring operational status during construction. This initiative underscores the government's commitment to maintaining public resources within national wildlife refuges while adhering to strict safety and environmental regulations. Interested small businesses must submit their bids by April 10, 2025, with a total project cost estimated to be less than $25,000 and a completion deadline of June 30, 2025. For further inquiries, contractors can contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
F--OR-SHELDON NWR-LOW TECH STRM RESTORATION
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for a federal contract focused on the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The project aims to enhance aquatic habitats by implementing restoration techniques that mimic natural structures, specifically along Thousand Creek and Fish Creek, with a performance period from May 1, 2025, to April 30, 2026. This initiative is crucial for improving stream health and biodiversity, aligning with federal and state environmental restoration efforts. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
USFWS DALE HOLLOW NFH HATCHERY EFFLU PUMPS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the procurement of two effluent pumps for the Dale Hollow National Fish Hatchery in Celina, Tennessee. The contract, identified under solicitation number 140FS325Q0062, requires pumps with a minimum output of over 1600 gallons per minute (GPM) and a discharge head of 65 feet, with the performance period anticipated from April 30, 2025, to July 31, 2025. This procurement is critical for maintaining the operational efficiency of the hatchery, which plays a vital role in fish conservation and management. Proposals are due by April 15, 2025, and interested contractors must provide their SAM Unique Entity Identifier, a completed quote schedule, and past performance records to be considered. For further inquiries, contact Lee Riley at leeriley@fws.gov or call 404-679-4158.
Leadville Testing Well
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors for the Leadville Testing Well project, which involves drilling an exploratory water well in Leadville, Colorado. The contractor will be responsible for drilling to a depth of 125-150 feet, ensuring compliance with all relevant federal, state, and local regulations, and completing the well between May 15 and July 31, 2025. This project is crucial for supporting sustainable fishery practices and environmental protection, emphasizing safety, pollution control, and adherence to stringent water quality standards. Interested contractors should contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313 for further details and to ensure compliance with the total small business set-aside requirements.
NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide upfit services for emergency vehicles, specifically Ford F-150 trucks, to enhance the safety and functionality of Federal Wildlife Officers. The project requires the installation of emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to strict quality and safety standards while minimizing modifications to maintain vehicle resale value. This initiative is crucial for ensuring that wildlife law enforcement personnel are equipped with reliable and effective vehicles for their duties. Interested vendors must submit their quotes by April 18, 2025, with a delivery deadline set for September 30, 2025. For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
B--ID-FWS DWORSHAK-NPDES TESTING FY25
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho. The contract aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, over a performance period from April 1, 2025, to September 30, 2029. This procurement is critical for maintaining environmental integrity and compliance with federal regulations, reflecting the government's commitment to ecological sustainability. Interested vendors must submit their offers electronically by April 14, 2025, and can contact Roger Lockhart at rogerlockhart@fws.gov or 404-679-7124 for further information.
F--HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting quotes for Marine Natural Resource Support Services, specifically targeting projects at Wake Atoll in the Pacific Islands, including Hawaii, Guam, and the Commonwealth of the Northern Marianas. Contractors are required to provide comprehensive personnel, equipment, and logistical support for marine surveys, including vessel operations, safety management, and SCUBA diving operations, with a focus on environmental conservation and compliance. This procurement is a total small business set-aside, with a performance period from May 1, 2025, to May 1, 2026, and an option for a one-year extension; interested parties must submit proposals that meet specific qualifications, including valid U.S. Coast Guard licenses and relevant experience, by the designated deadlines. For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
MS-FWS NOXUBEE-HERBICIDE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for herbicide application services at the Noxubee National Wildlife Refuge (NWR) in Mississippi, under solicitation number 140FS325Q0063. The primary objective is to manage invasive species, specifically Bicolor Lespedeza, by applying a specified herbicide mixture across approximately 124 acres, with a focus on compliance with environmental regulations and treatment protocols. This contract is set aside for small businesses and includes a base period of three months with two optional extensions, emphasizing the importance of effective habitat conservation efforts. Interested bidders must submit their proposals by April 22, 2025, with an anticipated award date of May 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
12905B25R0002 - Presolicitation for Water Well Repair USDA-ARS-PWA Dubois ID
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for a construction project focused on the repair of a water well at the Range Sheep Production Efficiency Research Unit in Dubois, Idaho. The project entails drilling a new potable water well, upgrading existing piping, replacing the chlorination system, and installing telemetry systems, all while ensuring minimal disruption to ongoing facility operations and adhering to safety and environmental standards. This initiative is crucial for enhancing water resources and maintaining operational integrity in essential services. Interested contractors should monitor the SAM.gov website for the Request for Proposal (RFP), expected to be issued around January 30, 2025, with a project value estimated between $1 million and $5 million. For further inquiries, potential offerors can contact Theodore Blume at Theodore.Blume@usda.gov.