AR-WAPANOCCA NWR-CULVERTS
ID: 140FGA24Q0029Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, GAOAFalls Church, VA, 22041, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

MISCELLANEOUS CONSTRUCTION MATERIALS (5680)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the delivery of four aluminum culverts to the Wapanocca National Wildlife Refuge in Turrell, Arkansas. The procurement requires specific culvert specifications, including a length of 30 feet, a diameter of 48 inches, and a 12-gauge thickness, along with additional components such as connecting bands. This initiative is crucial for maintaining infrastructure within the wildlife refuge, ensuring compliance with environmental standards and operational needs. Interested small businesses must submit their quotations by August 29, 2024, and can direct inquiries to Contracting Specialist Samantha LaGue at samantha_lague@fws.gov or by phone at 413-253-8349. The performance period for the contract is set from September 5, 2024, to July 31, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of the Interior, through the Fish and Wildlife Service, has issued a Request for Proposals (RFP) for the delivery of four aluminum culverts to the Wapanocca National Wildlife Refuge in Turrell, Arkansas. Interested contractors are required to submit a complete response that includes an SF18 and/or official quote, signed amendments, a completed price schedule, and certifications as outlined in the solicitation. All submissions must be made by the due date of August 29, 2024, and participants must be registered in the System for Award Management (SAM). The contract type is firm-fixed-price, with selection based on the lowest price. Questions related to the RFP must be directed to Contracting Specialist Samantha LaGue via email. This RFP represents the government's initiative to procure essential infrastructure for wildlife management, ensuring compliance and transparency in the procurement process. All interested parties must adhere to the guidelines provided in the solicitation to be considered for the contract.
    The document outlines a Request for Proposals (RFP) for the delivery of four culverts to Wapanocca National Wildlife Refuge (NWR) under the solicitation number 140FGA24Q0029. The contract will be awarded based on the lowest price, and bidders are required to include delivery costs in their pricing. The itemized price schedule specifies that only complete submissions will be considered, necessitating bidders to provide pricing for each listed item. The document includes spaces for the company name, unique entity ID, quote preparer's details, and contact information, underscoring the formalities and specific requirements of the bidding process. This RFP emphasizes the government's commitment to acquiring necessary materials while ensuring competitive pricing and adherence to procurement standards.
    The document pertains to "Amendment 1" for the Wapanocca National Wildlife Refuge (NWR) related to the solicitation #140FGA24Q0029 for culvert installation. The central purpose is to address a specific query regarding the use of materials for the project. A respondent inquired if “aluminized” steel could be used, citing difficulty in sourcing aluminum culverts. The official response clarified that only aluminum culverts would satisfy the project requirements, explicitly excluding aluminized steel. This response indicates the project's commitment to specific material standards, which could be crucial for functionality and environmental considerations within the wildlife refuge context. Overall, this document emphasizes adherence to designated material specifications in federal procurement processes.
    The document serves as an amendment to the solicitation numbered 140FGA24Q0029, issued by the U.S. government, detailing the acknowledgment requirements for bids and modifications related to a contract. It specifies that contractors must acknowledge receipt of this amendment by various means, including on offer copies or through separate communication, prior to the specified deadline to avoid rejection of their offers. The amendment addresses contractor inquiries, providing answers to questions received concerning the solicitation. The performance period for the associated contract has been set from September 5, 2024, to July 31, 2025. The document emphasizes that all other terms and conditions remain unchanged, ensuring that it aligns with FAR regulations. The summary reinforces compliance with contractual obligations and highlights the government’s procedural standards for amendments and modifications within federal contracting.
    This document is an amendment to a federal solicitation, specifically RFP 140FGA24Q0029, which modifies the original contract/order. The key change involves revising the set-aside category from Indian Small Business Economic Enterprise (ISBEE) to Total Small Business Set-Aside. This amendment also verifies the acknowledgment process for bidders regarding the amendment status, specifying that they must confirm receipt before the deadline to avoid rejection of offers. The period of performance for the project is established from September 20, 2024, to August 15, 2025. All other conditions of the original solicitation remain unchanged. The document serves as an administrative update within the context of government procurement processes, focusing on promoting small business participation in federal contracting opportunities while ensuring compliance with procurement regulations.
    The document is a Request for Quotation (RFQ) issued by the U.S. Fish and Wildlife Service for the delivery of four aluminum culverts to the Wapanocca National Wildlife Refuge in Turrell, Arkansas, with a delivery deadline of July 31, 2025. This solicitation is set aside for small businesses under the Small Business Economic Enterprise (ISBEE) guidelines, making it a 100% set-aside. Interested vendors are invited to submit price quotations by August 29, 2024. The RFQ follows the Federal Acquisition Regulation (FAR) protocols and stipulates that award will be given to the lowest price offer from a responsible contractor, registered in the System for Award Management (SAM). Additionally, the contract incorporates multiple FAR provisions related to telecommunications, product safety, and transparent contractor responsibilities. Vendors must comply with various federal regulations while submitting bids, ensuring their operational and product disclosures conform to updated measures against national security concerns, including compliance with the Federal Acquisition Supply Chain Security Act. This solicitation reflects the government's ongoing commitment to engage small businesses while maintaining stringent operational standards.
    The document outlines a Request for Proposal (RFP) for the supply and delivery of four aluminum culverts and additional components for the Wapanocca National Wildlife Refuge. The specifications for the culverts include a length of 30 feet, a diameter of 48 inches, a 12-gauge thickness, and 3”x1” corrugation. Additionally, two 48” diameter connecting bands made from 10-C aluminum must also be provided. Bidders are required to quote prices that include delivery to the specified location in Turrell, Arkansas, with a performance window spanning from September 5, 2024, to July 31, 2025. Interested parties must contact the Refuge Manager, Steven Rimer, for further inquiries and should notify him within ten days post-award to arrange a delivery schedule that aligns with operational hours. This RFP process highlights the government's need for specific infrastructure materials and emphasizes compliance with delivery timelines and specifications.
    Lifecycle
    Title
    Type
    AR-WAPANOCCA NWR-CULVERTS
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Amphibious ATV for Cache River Arkansas
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the procurement of an amphibious all-terrain vehicle (ATV) to be delivered to the Cache River National Wildlife Refuge in Augusta, Arkansas. The contract requires the delivery of an ARGO Frontier 700 8x8 or an equivalent model, with specific performance specifications including a VX 700 engine, hydraulic brakes, and a load capacity of 840 pounds on land and 740 pounds on water. This procurement is crucial for enhancing operational capabilities within the refuge, ensuring effective management of wildlife and habitat. Interested vendors must submit their proposals, including a completed past performance survey, by the specified deadlines, with the contract period set from October 1, 2024, to May 30, 2025. For further inquiries, potential contractors can contact Jeremy Tyler at jeremytyler@fws.gov or by phone at 413-253-8662.
    56--AR - NORFORK HATCHERY COLUMN AERATION UNITS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is conducting a Sources Sought Notice for the procurement of oxygenation equipment and aluminum packed columns for the Norfork National Fish Hatchery in Mountain Home, Arkansas. The anticipated contract will involve supplying vertical column aeration units, stands, and fill material, specifically designed to remove volatile organic compounds (VOCs) from water through air stripping processes. This equipment is crucial for maintaining water quality in aquaculture environments, ensuring the health and sustainability of fish populations. Interested businesses are invited to respond by providing their Unique Entity Identifier (UEI), relevant NAICS codes, and documentation of past projects similar to the requirements outlined, with responses due by September 8, 2024, at 5:00 PM ET. For further inquiries, contact Tina Baker at tinabaker@fws.gov.
    N--OK-TISHOMINGO NFH-POND LINERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project involves the removal of existing liners from Ponds 4 and 14, reshaping the pond bottoms, and installing new underdrain systems along with geotextile fabric and geomembrane pond lining, all aimed at enhancing ecological conditions at the hatchery. This procurement is critical for maintaining the operational integrity of the hatchery and supporting wildlife management efforts, with an estimated project cost between $250,000 and $500,000 and a performance timeline of 90 calendar days. Interested contractors must submit sealed bids electronically by 5:00 PM local time on September 25, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further information.
    Culvert Inspection Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Memphis District, is seeking proposals for a Culvert Rover/Crawler Inspection System. This procurement aims to acquire specialized equipment for inspecting culverts, which is crucial for maintaining infrastructure integrity and safety. The selected contractor will be required to include any transaction fees in their quote, as payment will be made via credit card, and must also provide a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) to be considered responsive. Interested parties should direct inquiries to Kirk Middleton at kirk.a.middleton@usace.army.mil or call 901-544-0786 for further details.
    OR-EAGLE CRK NFH-FLYGHT PUMP REBUILD
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the removal, repair, delivery, and installation of a 30-HP Flygt Pump at the Eagle Creek National Fish Hatchery. This procurement aims to ensure the operational efficiency of a critical environmental facility by engaging contractors who can provide all necessary labor, materials, and equipment while adhering to regulatory guidelines, including the Defense Priorities and Allocations System. The contract is set to begin on September 19, 2024, with a delivery deadline of December 31, 2024, and emphasizes small business participation. Interested contractors can reach out to Joann Mallory at joannmallory@fws.gov or by phone at 404-679-7274 for further details.
    Trail, Boardwalk and Bridge Repairs at Quivira NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting proposals for the rehabilitation of trails, boardwalks, and bridges at the Quivira National Wildlife Refuge in Stafford, Kansas. The project aims to enhance public access and ecological integrity by repairing and replacing existing infrastructure, with a focus on compliance with ADA standards and environmental protection guidelines. This initiative reflects the federal commitment to improving recreational facilities within wildlife reserves, with an estimated contract value between $500,000 and $1,000,000 and a completion timeline of 180 days post-award. Interested contractors must submit proposals via email by September 20, 2024, following a mandatory site visit on September 3, 2024; for further inquiries, contact Justine Coleman at justinepasiecnik@fws.gov or 413-253-8287.
    WA-MID-COLUMBIA RIV NWR-FLOWERING RUSH D
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the survey and removal of invasive flowering rush on 10 acres at the Columbia River National Wildlife Refuge, with the potential for additional acreage depending on funding. The objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by employing a contractor to provide all necessary labor, materials, and compliance with safety regulations, culminating in a final report on the effectiveness of the removal efforts. Quotes for this total small business set-aside opportunity are due by September 19, 2024, with the performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit a complete quote, including representations and certifications, to be considered for this project.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    Albert Pike Loop B, SST Relocation
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the relocation of a vault toilet from the Shirley Creek Recreation Area to the Albert Pike Recreation Area in Arkansas. The project entails the removal of the existing structure, site restoration including backfilling and grading, and the optional construction of an ADA-compliant concrete sidewalk connecting the toilet to the loop driveway. This initiative is part of the government's commitment to enhancing recreational facilities and ensuring accessibility for all users. Proposals must be submitted by September 20, 2024, at 5:00 PM EDT to the contracting officer, Charles Cotton, and the project is expected to commence shortly thereafter, with a performance period extending until January 23, 2025.