NV-STILLWATER NWR-PRE ENG METAL BUILDING
ID: 140FC325Q0017Type: Sources Sought
Overview

Buyer

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

NAICS

Poured Concrete Foundation and Structure Contractors (238110)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for the construction and installation of a reinforced concrete foundation system at the Stillwater National Wildlife Refuge in Fallon, Nevada. This Sources Sought Notice aims to gather information on potential contractors' capabilities to perform tasks such as site mobilization, soil excavation, concrete mixing, and site restoration, all of which are critical for the successful completion of the project. The initiative underscores the agency's commitment to ensuring that qualified contractors are available for future opportunities while adhering to federal procurement regulations. Interested businesses must submit their responses, including relevant past project narratives and their Unique Entity Identifier (UEI) number, by April 9, 2025. For further inquiries, contact Shannon Barnhill at shannon_barnhill@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish & Wildlife Service (USFWS) has released a Sources Sought Notice for market research regarding the construction and installation of a reinforced concrete foundation system at the Stillwater National Wildlife Refuge in Fallon, Nevada. The notice serves as a preliminary inquiry to gather information and is not a solicitation for bids. Key tasks anticipated under the contract include site mobilization, construction staging, soil excavation and compaction, forming and reinforcement placement, concrete mixing and curing, and site restoration. The NAICS code applicable for this contract is 238110, which pertains to poured concrete foundation and structure contractors, with a size standard of $19 million. Interested businesses are invited to respond with details of their capabilities, including a narrative of relevant past projects, their Unique Entity Identifier (UEI) number, and a statement about their capacity to execute the tasks described. Responses must be submitted by April 9, 2025. This initiative illustrates the agency's effort to ensure qualified contractors are available for future contracting opportunities while remaining compliant with federal procurement regulations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    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.
    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.
    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.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks are required to match existing models and will be utilized to store potable water for wildlife, particularly in drought-prone areas. The contract is a 100% Total Small Business set-aside, firm-fixed-price agreement, with quotes due by December 22, 2025, at 5:00 pm EST, and a performance period from December 29, 2025, to February 16, 2026. Interested vendors should direct inquiries and submissions to Khalilah Brown at khalilahbrown@fws.gov.
    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.
    OK-WICHITA MTNS RFG-CONCRETE DISPOSAL
    Interior, Department Of The
    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 shanenfox@fws.gov or call 503-736-4469 for further details, with the project valued between $250,000 and $500,000.
    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.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.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.