NC-RALEIGH ESFO-LASSITER MILL DAM
ID: 140FS324Q0216Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- ANIMAL/FISHERIES (B516)

Set Aside

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

    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct a comprehensive alternatives analysis for fish passage at the Lassiter Mill Dam on Crabtree Creek in Wake County, North Carolina. The project aims to enhance the migration of key species, such as American shad and eels, by evaluating various design options for fish passage that align with municipal regulations and stakeholder interests. This initiative is crucial for restoring ecological connectivity in the region and involves extensive data collection, field investigations, and the development of multiple concept plans, each accompanied by cost estimates and environmental impact considerations. Interested contractors must submit their quotes by September 18, 2024, and are encouraged to contact Keith Rose at keith_rose@fws.gov or 612-713-5423 for further details. The project is set aside for small businesses with an estimated funding amount of approximately $19 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a wage determination register under the Service Contract Act, issued by the U.S. Department of Labor. It outlines minimum wage requirements for contractors working on federal contracts in North Carolina, reflecting amendments from Executive Orders 14026 and 13658. Contracts initiated or renewed after January 30, 2022, must pay at least $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, have a minimum wage of $12.90/hour unless otherwise specified. The document details occupations with specific wage rates, fringe benefits, and emphasizes contractor obligations, such as providing paid sick leave as per Executive Order 13706. The occupations covered span diverse sectors, indicating required compensation for roles like clerical, automotive service, food preparation, health care, and technical positions. The wage determination includes various classifications and respective rates, emphasizing compliance with federal regulations to ensure fair labor practices. This document serves as a critical resource for contractors and workers in understanding their rights and obligations regarding compensation and benefits under federal contracts, thereby supporting equitable employment and regulatory adherence.
    The Lassiter Mill Dam on Crabtree Creek Project Statement outlines a non-personnel service contract for a thorough alternatives analysis regarding fish passage at the dam in Wake County, North Carolina. The project aims to enhance the migration of key species, including American shad and eels, by evaluating various fish passage design options consistent with municipal regulations and stakeholder interests. Grounded in comprehensive data collection, the project involves two primary tasks: initial research and mapping, along with field investigations to assess sediment and water flow, followed by the development of multiple concept plans for implementing fish passage features. Each plan will be accompanied by cost estimates and considerations for environmental impact. Deliverables include a detailed report of findings and an engaging presentation to stakeholders. The contractor's expertise in environmental restoration, hydrology, and permitting is essential, as the project necessitates collaboration with various governmental entities and public stakeholders. The performance timeline spans October 2024 to September 2025, signifying an important step towards restoring ecological connectivity in the region while adhering to regulatory and community standards.
    The document outlines a Request for Quote (RFQ) for planning and design services related to hydraulic, hydrologic, and structural requirements for fish passage at the Lassiter Mill Dam, managed by the US Fish and Wildlife Service (USFWS) in Raleigh, NC. The solicitation number is 140FS324Q0216, with quotes due by September 18, 2024. The project is classified under the NAICS code 541620 for Environmental Consulting Services, with a small business set-aside totaling approximately $19 million. Key evaluation factors include technical experience, proposed management plans, and past performance showcasing similar successful projects. Offerors are required to provide documentation including a completed Standard Form 1449, company information, technical capabilities, and past performance references. Payments will be processed electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP), and contractors must be registered in the System for Award Management (SAM) prior to contract award. A comprehensive understanding of stipulated regulations and requirements is essential for participating contractors, as outlined in various Federal Acquisition Regulations (FAR) and contract clauses. Overall, this RFQ emphasizes the government's commitment to environmental conservation and infrastructure planning for aquatic ecosystems.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Two Phase Design-Build- Albeni Falls Dam Fish Passage
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers - Seattle District is planning a major construction project at the Albeni Falls Dam in Idaho to enhance fish passage facilities. The upcoming federal contract, anticipated to be awarded in two phases, seeks to design and build an upstream trap and haul facility for the safe passage of sub-adult and adult bull trout. This two-phase design-build project allows firms to showcase their qualifications in the initial phase, with a select few being invited to submit detailed technical and pricing proposals in phase two. The government will favor proposals that offer the best value, considering factors like experience, capabilities, and price. The scope of work for the successful awardee will involve challenging construction activities, including installing complex water intake structures, working with high water flow rates, and coordinating haul operations. The project has a significant magnitude, estimated between $100 million and $250 million, and the contract will be a firm-fixed-price type with economic price adjustments. To participate, firms must register in the System for Award Management (SAM) and fulfill the requirements for an unrestricted full and open competition. The anticipated solicitation release is on or around August 30, 2024, with proposals due on October 1, 2024. For more details and to stay updated, interested parties should closely monitor the official solicitation number W912DW24R0020 on SAM.gov. Contact Charles Idle or Gregory Cook from the U.S. Army Corps of Engineers with any questions.
    Z--Arroyo Canal Fish Screen and Sack Dam Bypass Proje
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation is seeking potential vendors for the Arroyo Canal Fish Screen and Sack Dam Bypass Project in California, aimed at improving fish passage operations at Sack Dam. This significant construction initiative, categorized under NAICS code 237990, is crucial for the restoration of the spring-run Chinook salmon population in the San Joaquin River, following priorities established in the 2006 Settlement. The project entails extensive construction activities, including dewatering, installation of concrete structures, fish ladders, and habitable facilities, with an estimated budget ranging from $100 million to $200 million. Interested businesses are encouraged to submit their capabilities by September 24, 2024, and should provide detailed company information, qualifications, and bonding capacity. For further inquiries, potential vendors can contact Sydney Johnson at sgjohnson@usbr.gov or call 916-978-5431.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, measuring approximately 54' x 110', with specific engineering requirements for snow and wind loads. This initiative aims to enhance the facility's operational capacity and support fish stocking programs, reflecting the government's commitment to environmental conservation. Interested contractors must submit proposals by September 26, 2024, and are encouraged to attend a site visit on September 9, 2024; inquiries can be directed to Nicole Johnson at nicolecjohnson@fws.gov.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide construction services valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    Falls Waterline
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a waterline repair project at the Falls Lake Tailrace area in Wake Forest, North Carolina. The project involves locating and repairing a leak in a 1.5” PVC water line, installing a 4” pressure reducing valve, and conducting necessary repairs to asphalt and disturbed areas. This procurement is set aside for small businesses under NAICS code 237110, with a size standard of $45 million, emphasizing the government's commitment to engaging small enterprises in infrastructure maintenance. Proposals, including a Price Quote and Technical Proposal, must be submitted electronically by September 23, 2024, to the designated contacts, Benjamin Rickman and Troy Small, at the provided email addresses.
    Y--NEVADA - NYE COUNTY, NEVADA ASH MEADOWS NWR Design/Build Services
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (USFWS), is seeking qualified contractors for Design/Build Services related to the restoration of the Crystal Springs hydrological system at the Ash Meadows National Wildlife Refuge in Nye County, Nevada. The project involves the decommissioning and removal of three dams, remediation of hazardous materials, and the enhancement of visitor access through improved facilities and trails, all aimed at restoring ecological functions and benefiting diverse wildlife habitats. This initiative is significant for ecological restoration and public engagement within the refuge, with a contract budget exceeding $10 million and a performance period from September 2024 to February 2027. Interested parties should direct inquiries to Ian Young at ianayoung@fws.gov, and proposals will be evaluated under federal design-build procedures, with a notice to proceed anticipated in March 2025.
    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.
    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.
    Forest Service - SilverKing Barrier Assessment and Design
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified contractors to conduct a barrier feasibility assessment and design for the re-introduction of the Paiute cutthroat trout in the Silver King gorge, spanning Alpine County, CA, and Washoe County, NV. The project requires a comprehensive evaluation of existing geological data, field data collection, topographic surveys, and the development of design plans that comply with permitting standards set by the Lahontan Regional Water Quality Control Board and the Army Corps. This initiative underscores the government's commitment to environmental conservation and the recovery of native species, with deliverables due by December 31, 2025. Interested parties should contact Lisa McFarland at lisa.mcfarland@usda.gov or Tung (Joe) Nguyen at tung.nguyen@usda.gov for further details.
    NWW Biological Services Trap and Transport
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, is seeking interested businesses for a service contract titled "NWW Biological Services Trap and Transport." The contractor will be responsible for providing quality assurance and fish sampling functions for the USACE Juvenile Fish Biological Services and Transportation Program at Lower Granite and Little Goose dams, as well as supporting juvenile bypass system operations at Ice Harbor and McNary dams during the base year of 2025 and an option year in 2026. This contract is critical for ensuring the welfare of juvenile fish populations and compliance with environmental regulations, particularly under the Endangered Species Act. Interested parties must submit their capabilities and business size information to Melita S. Doyle via email by 3:00 PM local time on October 3, 2024, as this notice serves for market research and planning purposes only.