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. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a new septic system at Hidden Lake within the Kenai National Wildlife Refuge in Alaska. This project, designated as a Total Small Business Set-Aside under NAICS code 238910, involves the complete demolition of the existing septic system and the construction of a new system compliant with state regulations, with a budget estimated between $250,000 and $500,000. The initiative is crucial for maintaining the functionality and environmental safety of recreational facilities, ensuring compliance with federal and state environmental standards. Interested contractors must submit their proposals electronically by March 7, 2025, and are encouraged to attend a site visit on February 14, 2025; for further inquiries, they can contact Johnny Luang-Khot at johnny_luang-khot@fws.gov or call 703-358-2313.

    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 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 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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    AK-KODIAK NWR-VC HEATING OIL TANK
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the removal of an existing 1,100-gallon double-walled heating oil tank and the installation of a new double-walled tank at the Kodiak National Wildlife Refuge in Alaska. The procurement emphasizes compliance with safety and environmental regulations, requiring contractors to provide detailed quotes that include all associated costs for materials, labor, and delivery, as well as shop drawings to confirm adherence to specified standards. This project is crucial for maintaining operational efficiency and environmental integrity at the refuge, reflecting the government's commitment to its environmental assets. Interested small businesses must submit their quotes by February 12, 2025, and can contact Oscar Orozco at oscarorozco@fws.gov for further information.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    LEVEE SYPHONS CLEANING AT FWS BAYOU SAUVAGE NWR
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the cleaning of eight 18-inch syphons located in the Maxent Levee North at the Bayou Sauvage National Wildlife Refuge in Lacombe, Louisiana. Contractors are required to provide all necessary labor, materials, and equipment to achieve a minimum of 95% blockage removal from the syphons, which includes clearing debris, roots, and soil deposits, as well as vegetation around syphon entries and exits. This project is crucial for maintaining the ecological integrity of the wildlife refuge and ensuring effective water management within the area. Interested small businesses must submit their proposals by February 7, 2025, and can contact Chantal Bashizi at chantalbashizi@fws.gov or 703-358-1854 for further details.
    Y--WRST 248940 - Replace Deficient Water Treatment System *Glennallen
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for a project to replace the deficient water treatment system at the Glennallen Facility in Wrangell St. Elias National Park, Alaska. The objective is to ensure the provision of high-quality potable water while minimizing visitor impact during the construction phase, which includes building a new water treatment structure, installing a new well, and upgrading existing water processing systems. This project is crucial for maintaining infrastructure and supporting visitor services in the national park, with an estimated cost between $1 million and $5 million and a performance period of 365 days from the Notice to Proceed. Interested small businesses must register on SAM.gov and are encouraged to attend a pre-proposal conference when scheduled; for further inquiries, they can contact Abigail Villareal at abigailvillareal@nps.gov or 303-884-9985.
    Betty Jane Bagley OSS Replacement (Suquamish)
    Buyer not available
    The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    NEZ PERCE NHP VC RESTROOM REHAB.
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of restroom facilities at the Nez Perce National Historical Park Visitor Center. The project aims to replace restroom fixtures and partitions to ensure compliance with accessibility standards, enhancing the visitor experience while preserving historical integrity. This initiative underscores the government's commitment to improving public facilities and accessibility, with an estimated contract value between $200,000 and $325,000. Interested contractors must submit their proposals by March 5, 2025, following a mandatory site visit scheduled for February 19, 2025; for further inquiries, contact Geraldine Larsen at geraldinelarsen@nps.gov.
    Bunkhouse HVAC National Key Deer Refuge, FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals for a construction contract titled "Bunkhouse HVAC National Key Deer Refuge, FL," aimed at improving the energy efficiency of the bunkhouse air conditioning system at the National Key Deer Refuge in Big Pine Key, Florida. The project involves replacing an old air handler and condenser, modifying ductwork, and ensuring proper installation and testing of the new system, with a total contract value of less than $25,000. This initiative is crucial for reducing operational costs and preventing mold growth, aligning with federal objectives for energy efficiency in government facilities. Interested contractors must submit their quotes by February 25, 2025, and can direct inquiries to Contracting Officer Elvia Arellano at elviaarellano@fws.gov or by phone at 505-431-2736.
    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 involves constructing a concrete tank designed to manage wastewater from a car wash bay, with specific requirements for site preparation, excavation, and adherence to environmental regulations. This initiative underscores the government's commitment to enhancing ecological stewardship and infrastructure within wildlife refuges, ensuring compliance with federal and local laws. Interested contractors should contact Sanford Carson at sanfordcarson@fws.gov for further details, with a project completion deadline set for September 30, 2025.
    Z--ME-CRAIG BROOK NFH-REHAB WATER TREATMENT
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of water treatment systems at the Craig Brook National Fish Hatchery in East Orland, Maine. The project involves the systematic removal and replacement of sand filter media in six filters to ensure a safe water supply critical for the propagation of endangered Atlantic salmon, with a focus on adhering to environmental regulations and safety standards. This rehabilitation is vital for enhancing water quality and supporting wildlife conservation efforts. Interested contractors must submit their bids by February 6, 2025, with the contract performance period scheduled from March 1, 2025, to September 30, 2025. For further inquiries, contact Sanford Carson at sanfordcarson@fws.gov.
    ASPHALT REPAIR AT BIG BRANCH MARSH NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for asphalt repair at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project entails a firm fixed-price construction contract with an estimated cost between $25,000 and $100,000, focusing on the cleaning, repair, sealing, and striping of asphalt surfaces that are over 18 years old. This initiative is crucial for maintaining the infrastructure of national wildlife refuges, ensuring both environmental protection and safety compliance during operations. Interested contractors must submit their offers by adhering to the specified guidelines, with the project timeline set from March 1, 2025, to November 30, 2025. For further inquiries, contact Khanhthong Moody at KhanhthongMoody@fws.gov or call 404-679-4022.