J--Hidden Lake Septic System Kenai NWR Alaska
ID: 140FGA25R0008Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from qualified contractors for the replacement of the septic system at Hidden Lake Campground within the Kenai National Wildlife Refuge in Alaska. This project, designated as a Total Small Business Set-Aside, involves the complete demolition of the existing septic system and the construction of a new system that complies with Alaska Department of Environmental Conservation regulations. The initiative is crucial for maintaining the campground's infrastructure, ensuring environmental compliance, and enhancing visitor experiences in this popular recreational area. Proposals are due by March 7, 2025, at 3:00 PM Mountain Standard Time, with the project expected to commence on April 1, 2025, and conclude by June 14, 2025. Interested contractors can contact Johnny Luang-Khot at johnny_luang-khot@fws.gov or by phone at 703-358-2313 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the construction requirements and protocols for the Hidden Lake RV Dumpstation Replacement project, managed by the U.S. Fish and Wildlife Service (USFWS). It details the responsibilities of the contractor, including providing necessary labor, materials, and equipment while ensuring efficient project execution. Key definitions are provided, clarifying terms such as commissioning, contractor, and performance specifications. The document emphasizes the importance of site access, adherence to local regulations, and maintenance of safety standards, including compliance with OSHA and environmental protection laws. It mandates proper quality control measures and specifies requirements for construction activities, including erosion control and hazardous materials management. Moreover, contractors must implement a comprehensive health and safety program, regulate work limits and clearing limits, and ensure careful handling and storage of materials. Cleanup procedures are outlined to maintain site integrity and manage debris effectively. Overall, the document serves as a comprehensive guideline to ensure the successful, safe, and environmentally compliant execution of construction activities related to this federal project, illustrating the stringent standards required in responding to government RFPs and grants.
    The U.S. Fish & Wildlife Service (USFWS) is seeking proposals for the replacement of the Hidden Lake RV Dumpstation septic system at Kenai National Wildlife Refuge. The existing system became unusable in 2022 and requires complete demolition and replacement. The project entails decommissioning the old septic system, constructing a new system compliant with Alaska Department of Environmental Conservation (ADEC) regulations, and obtaining the necessary permits. The scope includes all associated design, labor, materials, and supervision. The new septic design must support a tank capacity of at least 3,450 gallons with a field size similar to the existing one. The completion deadline is June 14, 2025. The proposal should demonstrate past experience with similar projects and compliance with state regulations. The project emphasizes environmental compliance, proper documentation, and a structured timeline for completion and payment processes. The work will take place at the Hidden Lake Campground, accessible from Skilak Loop Road, during standard hours, with a designated on-site staging area. This RFP serves to ensure the functionality and environmental safety of recreational facilities as part of the USFWS's mission.
    The Hidden Lake Dumpstation Replacement project at Kenai National Wildlife Refuge involves the replacement of asphalt concrete pavement. The project outlines specifications for mixing aggregates, asphalt cement, and additives to create a Type II, Class B asphaltic concrete mix. Various parameters, including stability, flow, voids, and recycled asphalt limits, are detailed to ensure compliance with quality standards. Contractors are responsible for submitting job mix designs and ensuring materials meet stipulated quality measures, including aggregate grades and asphalt content. Weather conditions and equipment must be monitored to guarantee proper placement techniques. Special emphasis is placed on joint integrity, surface tolerances, and compaction requirements during construction to achieve a durable pavement. The document serves as a comprehensive guide for contractors to ensure project adherence to federal standards, highlighting the importance of quality control and execution to maintain safety and environmental integrity within government-funded projects.
    The Kenai National Wildlife Refuge (NWR) is seeking proposals for a firm fixed-price construction contract to replace the septic system at Hidden Lake Campground in Soldotna, Alaska. The project encompasses both demolition of the existing septic system and construction of the new system, including necessary permitting. Interested firms must provide their details and pricing for two main tasks: septic system demolition and septic system construction. The document outlines specific requirements related to contract administration, including labor, materials, and supervision required, along with terms for payment, inspection, and project performance. Delivery must be completed following a schedule with specified liquidated damages for delays, and work is restricted to daylight hours except during authorized periods. Environmental considerations, including compliance with local, state, and federal regulations, must be adhered to throughout the project. Contractor adherence to the Buy American Act and procurement requirements is mandated, emphasizing the use of domestic construction materials. The document also highlights qualification criteria for contractors and specifies that all work must comply with environmental impact regulations, safety standards, and other operational guidelines to safeguard the wildlife refuge’s ecological integrity. The RFP invites qualified bidders to ensure compliance with comprehensive regulations while fulfilling project objectives.
    The document details a federal government procurement request for proposals (RFPs) and grants designed to support various programs at state and local levels. It outlines essential procurement processes, including requirements for submission, evaluation criteria, and financing approaches. Key objectives include enhancing public service delivery through collaboration and innovation, fostering economic development, and promoting social welfare. The document emphasizes transparency, competitive bidding, and compliance with federal regulations while seeking solutions to address identified community needs. It calls for proposals that align with strategic priorities, ensuring a positive impact on local economies and improvement of residents' quality of life. Overall, the RFP and grant mechanisms are designed to leverage public-private partnerships to achieve comprehensive community development goals.
    The United States Department of the Interior has issued a solicitation for the installation of a septic system at Hidden Lake within the Kenai National Wildlife Refuge in Alaska. This project is designated as a Total Small Business Set-Aside under the NAICS code 238910, with a budget between $250,000 and $500,000. Proposals must be submitted electronically by March 7, 2025, and must include a bid bond and an acknowledgment of any amendments. Additionally, contractors are required to be registered in the System for Award Management (SAM). A site visit is scheduled for February 14, 2025, and all questions about the solicitation must be submitted via email by February 21, 2025. For contracts exceeding specific thresholds, payment and performance bonds will be necessary, with due dates set shortly after the award is made. The project is expected to take place from April 1 to June 14, 2025, ensuring compliance with wage determinations for construction work in Alaska. This solicitation illustrates the federal government's initiative to engage small businesses in essential infrastructure projects while adhering to regulatory and operational frameworks.
    The "Hidden Lake Campground & Skilak Loop Dump Stations Site Investigation Report," prepared by PND Engineers, Inc. for the U.S. Fish & Wildlife Service, outlines the condition and necessary improvements for two dump station facilities within the Kenai National Wildlife Refuge. The report includes a detailed assessment conducted during a site visit in October 2022, unveiling issues such as inadequate wastewater systems and outdated power supplies. Recommendations consist of possible solutions such as replacing septic tanks, upgrading the water system with a solar pump, decommissioning old wastewater lagoons, or constructing new septic systems. Cost estimates and permitting requirements are also discussed. The anticipated improvements aim to enhance operational efficiency and modernize these facilities, thereby minimizing maintenance efforts and ensuring compliance with environmental regulations. Proper documentation and permits will be crucial for executing the proposed changes, which align with federal and state guidelines for environmental protection and facility maintenance.
    The Site Investigation Report by PND Engineers, Inc. details the critical infrastructure evaluations and improvements needed for the Hidden Lake Campground and Skilak Loop RV Dump Stations within the Kenai National Wildlife Refuge. The study identifies existing conditions requiring maintenance and modernization to enhance operational efficiency and reduce ongoing maintenance by the U.S. Fish & Wildlife Service (USFWS). Recommended solutions for Hidden Lake include maintaining the septic system, potentially replacing aging components, and upgrading the water distribution system with solar power. For Skilak Loop, proposals include decommissioning the expired wastewater lagoon, either constructing new cells or a septic system, and updating the solar-powered water mechanism. The report outlines expected permitting requirements and provides rough order of magnitude (ROM) cost estimates for each alternative. The analysis aims to improve the facilities for user safety and environmental compliance while ensuring efficient use of federal resources, reflecting the broader objectives of improving park facilities through federal grants and appropriations. Overall, the document serves as a comprehensive guide for necessary upgrades, cost estimations, and regulatory considerations related to the infrastructure improvements.
    The document pertains to the Hidden Lake RV dump station project under the GAOA (Great American Outdoors Act). It outlines the proposed installation or maintenance of a recreational vehicle (RV) waste disposal facility at Hidden Lake. The drawn image indicates the location and scale, specified as 1000 ft, to provide context for planning and evaluation purposes. This initiative aims to improve access for RV users and promote responsible waste disposal in alignment with federal environmental standards. The development of such facilities is essential for enhancing visitor experiences, ensuring environmental sustainability, and facilitating compliance with relevant regulations. Overall, this project highlights government efforts to maintain and enhance recreational infrastructure for the public while protecting natural resources.
    The document outlines guidelines and requirements related to a project at Hidden Lake Campground, primarily concerning site preparation, material handling, and environmental compliance. Key points include the designated staging areas for materials, strict removal of existing septic systems, and regulations around RV accommodation, particularly during the migratory bird nesting period from May 1 to July 15. The campground operates seasonally from May 1 to September 30 with an anticipated visitor count heavily composed of RV campers. Requirements for soil depth and seed mixtures for final seeding are specified, alongside stipulations regarding asphalt replacement and the reuse of existing concrete. The USFWS's review process for engineering plans and necessary permits is detailed, including the acceptance of a potential extension of the project timeline to accommodate equipment procurement and engineering specifications. Proposals can be submitted in a single PDF format, and page limits for different evaluation factors are clarified. Overall, the document serves as a comprehensive summary of the procedural steps, requirements, and ecological considerations for contractors involved in the campground project within the context of federal grant and RFP processes.
    The KNA NWR Hidden Lake Dumpstation Replacement project is scheduled for completion by February 25, 2025. The proposal includes specifications for a seed mixture, indicating a focus on restoration and landscaping tied to the dump station's replacement. While the details of the seed mixture are not elaborated upon in the document, the initiative implies a commitment to enhancing the ecological integrity of the area. This project is likely part of broader federal and local restoration efforts, emphasizing environmental sustainability and habitat enhancement. The inclusion of such specifications suggests a systematic approach to ensure that the site meets both functional and environmental standards post-replacement.
    This document is an amendment to solicitation number 140FGA25R0008, issued by the Federal Government for a project managed by the U.S. Fish and Wildlife Service (FWS). The amendment modifies crucial dates related to the project timeline. Specifically, the site visit is rescheduled from February 14, 2025, to February 19, 2025, both at 11:00 am Alaska Standard Time. The deadline for submission of questions has been extended from February 21, 2025, to February 26, 2025, with proposals now due by March 7, 2025, at 3:00 pm Mountain Standard Time. The period of performance for the project is set from April 1, 2025, to June 14, 2025. Contractors are advised to acknowledge the receipt of the amendment through specified methods to ensure compliance with submission requirements. Details regarding modifications and administrative changes are included, although terms and conditions of the initial solicitation remain unchanged. This amendment is a vital procedural step ensuring all parties adhere to the new project schedule and maintain communication clarity in the solicitation process.
    The document is an amendment (Amendment 002) to solicitation number 140FGA25R0008, issued by the U.S. Fish and Wildlife Service, specifically regarding the construction of recreational facilities. It incorporates two critical documents: the construction details and the final engineer investigation report. Proposals in response to this amendment are due by March 7, 2025, at 3:00 PM Mountain Standard Time, with a project duration from April 1, 2025, to June 14, 2025. Offerors must acknowledge receipt of this amendment, either on their submitted copies or through separate electronic communication, to avoid rejection of their offers. This amendment reflects procedural adjustments and allows for modifications to previously submitted offers while emphasizing compliance timelines. The document maintains standard federal contracting language ensuring clarity regarding the requirements for contractor acknowledgment and the administrative changes it enforces.
    The document details Amendment 003 to solicitation number 140FGA25R0008, issued by the U.S. Fish and Wildlife Service. The amendment modifies the expected Period of Performance for the associated contract, extending it from April 1, 2025, to July 31, 2025. This change is part of a series of adjustments accompanying the amendment, along with the inclusion of several technical documents: Kenai Septic System QAs, Asphalt Specifications, Seed Mixture details, and a Storage Area Map. It specifies that offers must acknowledge receipt of the amendment by a stated deadline (March 7, 2025, at 3:00 PM Mountain Standard Time) and provides guidelines on how to make changes to existing proposals. The amendment underscores the importance of compliance with submission protocols and timely acknowledgment to avoid the risk of rejection. Overall, this document is vital for potential contractors to understand updated timelines and requirements pertinent to their submissions for federal contracts related to public service projects.
    The document is a solicitation for a government construction project managed by the U.S. Fish and Wildlife Service (FWS) under the Great American Outdoors Act (GAOA). It outlines the requirements for potential contractors who wish to submit proposals or bids for specific construction, alteration, or repair tasks. Key elements include the project number, issuing date, and a provision that all offers must be submitted in sealed envelopes by a specified deadline. Contractors are required to furnish performance and payment bonds as part of their offer, which must comply with all work requirements and clauses provided in the solicitation. The performance period for the project is specified from April 1, 2025, to June 14, 2025. The document emphasizes the need for shows of compliance with federal regulations and standards and contains a structured format for offer submission, including areas for acknowledgment of amendments and the contractor's signature, signifying acceptance of the terms. The overall purpose is to ensure a competitive and transparent bidding process for federally funded construction projects while safeguarding compliance with relevant laws and regulations.
    The file pertains to the proposal for the Hidden Lake RV Dumpstation, which is part of the Great American Outdoors Act (GAOA) initiatives. It includes a visual representation that highlights the site's layout across a 1000 ft area, marked with accessible storage facilities for waste disposal from RVs. The documentation emphasizes the importance of providing adequate facilities for RV users, promoting environmental stewardship, and improving recreation access. The visual content, credited to Maxar Technologies, helps stakeholders understand the site's topography and infrastructure needs, essential for developing a successful proposal. The main objective is to enhance public amenities in the Hidden Lake area while ensuring compliance with local environmental standards, thus fostering sustainable usage of natural recreation spaces.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    WRST 248940 - Deficient Water Treatment System
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of a deficient water treatment system at the Glennallen Facilities within Wrangell St. Elias National Park and Preserve in Alaska. The project entails the demolition of the existing water treatment facility, construction of a new building, installation of a new well, and upgrades to water processing systems, all while ensuring minimal disruption to ongoing park operations and compliance with federal and state regulations. This initiative is crucial for enhancing public infrastructure and environmental stewardship within national parks. Interested small businesses must submit their proposals by the specified deadlines, with the estimated project cost ranging from $1,000,000 to $5,000,000. For further inquiries, potential bidders can contact Amber Hughes at amberhughes@nps.gov.
    Z--WV-CANAAN VLY NWR-VEH WASH DSCHRG TRTMNT
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a vehicle effluent treatment system at the Canaan Valley National Wildlife Refuge in West Virginia. The project aims to replace the existing oil/water discharge treatment system, ensuring compliance with environmental regulations while enhancing infrastructure within the refuge. This initiative underscores the government's commitment to ecological stewardship and regulatory compliance, as it involves constructing a concrete tank designed to manage wastewater from a car wash bay, along with necessary site preparation and construction activities. Interested contractors should contact Sanford Carson at sanfordcarson@fws.gov for further details, with the project expected to be completed by September 30, 2025.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    ID-FWS DWORSHAK-NPDES TESTING FY25
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho, with a performance period spanning from April 1, 2025, to September 30, 2029. The procurement aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, reflecting the government's commitment to environmental integrity. This opportunity is a Total Small Business Set-Aside, inviting eligible small businesses to participate, with quotes due electronically by March 17, 2025. Interested vendors must be registered in the System for Award Management (SAM) and comply with federal regulations, including adherence to wage determinations set forth by the U.S. Department of Labor.
    Design-Build Sitka Waterfront Improvements (Sitka, AK)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Design-Build Sitka Waterfront Improvements project in Sitka, Alaska. This initiative involves the design and construction of a fixed Seagoing Buoy Tender wharf and pier, along with essential site improvements, utilities, and optional enhancements such as a Maintenance Facility and a FRC Floating Dock. The project, estimated at approximately $48 million, is crucial for enhancing Coast Guard operational capabilities and ensuring compliance with regulatory requirements. Proposals are due by April 18, 2025, with a pre-proposal site visit scheduled for March 19, 2025. Interested parties can contact Tracianne Torklep at Tracianne.Torklep@uscg.mil or Gabriel D. Perez at gabriel.d.perez@uscg.mil for further information.
    GAOA One Duck Trail Reconstruction & Shelter Repairs
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting bids for the reconstruction of the One Duck Trail and associated shelter repairs in the Tongass National Forest, located in Craig, Alaska. The project encompasses various construction activities, including the demolition of existing structures, mobilization, and the construction of aggregate surfaces and boardwalks, with additional options for establishing rest areas and repairing an alpine shelter. This initiative is crucial for maintaining and enhancing public access to natural resources, ensuring compliance with federal regulations, and promoting sustainable practices. The estimated project value ranges from $250,000 to $500,000, with a performance period set from April 2025 to August 2026. Interested contractors should contact Louis R. Wade at louis.wade@usda.gov or 480-744-7589, or Jerry Meeks at jerry.meeks@usda.gov or 469-920-8490 for further details.
    Repair Airfield Storm Drain System (FTW507)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake the repair of the airfield storm drain system at Fort Wainwright, Alaska, under the project title "Repair Airfield Storm Drain System (FTW507)." This project involves a two-phase design-build approach that includes the removal and replacement of catch basins and manholes, the replacement of underground storm pipes, and the construction of infiltration basins to enhance drainage efficiency and mitigate hazards to aircraft caused by water ponding. The estimated contract value ranges from $8 million to $10 million, with a performance period of approximately 300 calendar days, and proposals are due by March 26, 2025. Interested parties should contact Ronald K. Jackson at ronald.k.jackson@usace.army.mil or Mark Corn at mark.r.corn@usace.army.mil for further information.
    F--ND - KULM WMD Remediation of Small Arms Firing Ran
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified contractors for the remediation of a Small Arms Firing Range (SAFR) at the Kulm Wetland Management District in North Dakota. The project involves comprehensive environmental cleanup, including soil sampling, excavation of contaminated materials, and compliance with state and federal environmental regulations. This initiative is crucial for addressing historical contamination from law enforcement training activities, ensuring ecological safety and adherence to legal standards. Interested contractors must submit their quotes by March 13, 2025, and demonstrate relevant technical experience, with inquiries directed to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    VA-CHINCOTEAGUE Underground Conduit
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the construction of an underground conduit installation project at the Chincoteague National Wildlife Refuge in Virginia. The project, budgeted at less than $25,000, involves trenching approximately 310 feet, installing conduit, and making necessary asphalt repairs, with a contract duration of 14 days scheduled to commence on April 14, 2025, and conclude by April 30, 2025. This initiative underscores the government's commitment to environmental stewardship and compliance with federal regulations, including adherence to wage determinations and the protection of endangered species. Interested contractors must submit sealed bids by the specified deadline and can direct inquiries to Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
    Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for a Firm Fixed Price construction contract to replace the headquarters office at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama. The project involves constructing a new office and maintenance facility, which includes the installation of telecommunications infrastructure, such as fiber optic connections and CAT 6A cabling, as well as compliance with federal, state, and local regulations. This initiative is crucial for enhancing visitor engagement and supporting wildlife conservation efforts within the refuge. Interested contractors must submit their sealed offers by the specified deadline, with work expected to commence within 10 calendar days of award and complete by September 30, 2025. For further inquiries, potential bidders can contact Ian Young at ianayoung@fws.gov or by phone at 612-713-5214.