Z--Rehab Storm Damaged HQVC Building Project
ID: 140FHR24R0011Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS CONSTRUCTION & A/E - BIL/DISASTERFalls Church, VA, 22041, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking contractors for the rehabilitation of the storm-damaged Headquarters/Visitor Center Building at Sandy Point National Wildlife Refuge in the U.S. Virgin Islands. The project involves comprehensive repair services, including electrical and aerial communication replacements, mold evaluation, and potential remediation, necessitated by damage from Hurricane Fiona in 2022. This initiative is crucial for restoring federal facilities while ensuring compliance with safety and environmental regulations. Proposals are due via email, with a site visit scheduled for October 15, 2024, and the contract value is estimated between $500,000 and $1,000,000, with performance expected from November 18, 2024, to November 18, 2025. Interested parties can contact Christina Mann at christina_mann@fws.gov or 571-547-3499 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Sandy Point HQ/Visitor Center Building Rehabilitation Project outlines the necessary construction repair services following mold damage and issues caused by Hurricane Fiona in 2022. The Statement of Work (SOW) details tasks for re-routing electrical and communication services for a total of approximately 500 linear feet, requiring coordination with the local power authority (WAPA). Additionally, it includes conducting a mold evaluation to assess hazardous conditions, followed by potential remediation. The Contractor is responsible for securing necessary permits, ensuring safety compliance, and coordinating closely with the U.S. Fish & Wildlife Service throughout the project. The performance period for the project extends over 365 days, emphasizing waste management and adherence to safety regulations as critical components of the execution plan. Overall, the document serves as a comprehensive framework for contractors to follow in restoring the Sandy Point National Wildlife Refuge to operational status while prioritizing environmental and safety standards.
    The U.S. Fish and Wildlife Service is soliciting proposals under Solicitation Number 140FHR24R0011 for construction services to rehabilitate the Sandy Point National Wildlife Refuge Headquarters/Visitor Center, specifically repairing communication and power lines damaged by Hurricane Fiona. This is a Total Small Business Set-Aside contract with a project value between $500K and $1M, evaluated based on recent experience, technical capabilities, and price, and it will be awarded to the lowest price technically acceptable offeror. Interested contractors must register in the System for Award Management and can expect the solicitation documents to be posted on or around August 26, 2024.
    The document provides a detailed overview of various government RFPs (Requests for Proposals), federal, state, and local grants aimed at improving public services and infrastructure. It outlines the structure and requirements of these proposals, emphasizing the significance of compliance with government regulations, detailed project specifications, and the provision of comprehensive plans by bidders. Key themes include the evaluation process for proposals, focusing on factors such as project feasibility, the bidder's experience, and cost-effectiveness. The document further highlights the importance of environmental considerations and adherence to safety protocols during project execution. In addition, the need for effective communication between stakeholders throughout the project lifecycle is stressed, underscoring collaboration between contractors and government officials. Overall, the document serves as a guideline for potential bidders, detailing the expectations and requirements essential for successful proposal submissions to secure government contracts or grants. This resource is vital for ensuring transparency and fairness in the procurement process, ultimately contributing to better governance and public service delivery.
    The document outlines a request for proposal (RFP) for rehabilitation and repair services of the Headquarters/Visitor Center at Sandy Point National Wildlife Refuge in the U.S. Virgin Islands, necessitated by storm damage. The government seeks contractors to provide services including electrical and aerial communication replacements, with potential mold remediation. Proposals are due via email, and a site visit is scheduled for October 15, 2024. The contract is valued between $500,000 and $1,000,000, with an expected performance period from November 18, 2024, to November 18, 2025. Offerors must comply with various clauses and regulations regarding safety, environmental protection, and potentially hazardous materials. The document includes requirements for bonding, invoicing through the U.S. Department of the Treasury’s Invoice Processing Platform, and adherence to wage rate regulations. Key specifications detail the scope of work, contractor obligations, and terms of performance, emphasizing the importance of compliance with historical preservation and environmental laws. This solicitation highlights the government's commitment to restoring federal facilities while ensuring safety and regulatory adherence.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking contractors for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona in 2022. The project requires comprehensive construction services, including mold detection, repairs to both exterior and interior walls, storm shutter restoration, deep cleaning of floor tiles, and the replacement of a propane tank storage structure, all adhering to strict safety and environmental regulations. This initiative is crucial for restoring vital infrastructure within the wildlife refuge, ensuring compliance with federal standards while promoting ecological integrity. Interested contractors should contact Tracy Gamble at tracygamble@fws.gov or call 404-679-4055, with bids due by October 22, 2024, and the project period set from September 30, 2024, to December 31, 2024, with an estimated contract value between $250,000 and $500,000.
    Silvio O.Conte NFW Refuge- Forest Thinning Service
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals for forest thinning services at the Silvio O. Conte National Fish and Wildlife Refuge in Lewis, Essex County, Vermont. The project involves thinning approximately 215 acres of lowland spruce-fir forest to enhance forest health as part of a climate resilience study, with specific guidelines for cutting non-commercial trees while preserving designated reserve areas. This initiative is crucial for promoting sustainable forestry practices and improving biodiversity within public lands. Proposals are due by November 4, 2024, and interested contractors must contact Terrence Anderson at terrenceanderson@fws.gov or call 682-294-0280 for further information.
    Z--YELL 307127 - Rehabilitate historic Structures
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of historic structures at Fort Yellowstone in Yellowstone National Park, under Solicitation No. 140P2024R0177. The project aims to restore and upgrade the exteriors of seventeen historic buildings, focusing on preserving their historical integrity while addressing necessary structural repairs, including roofing, masonry, and window restorations, in compliance with federal preservation standards. This initiative is crucial for maintaining the cultural heritage of the park while enhancing the facilities for operational use, with an estimated project value exceeding $10 million. Interested contractors must submit their proposals by November 4, 2024, and can contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--Source Sought Notice
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals for the rehabilitation of the Painted Desert Community Complex located within Petrified Forest National Park, under project number PEFO 267538. The project aims to address structural deficiencies, restore historical features, and upgrade facilities to meet current standards, with an estimated construction cost exceeding $10 million. This initiative reflects the federal government's commitment to preserving national landmarks while enhancing visitor experiences and public engagement. Interested contractors must submit their proposals by November 7, 2024, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    Y--GAOA - Kenai NWR Keen Eye Boardwalk Trail Project
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking small businesses to undertake the Keen Eye Boardwalk Trail Project at the Kenai National Wildlife Refuge in Alaska. The project involves the maintenance and replacement of an observation platform and the installation of helicals to support the platform, as well as the replacement of an existing timber boardwalk and observation deck with a new aluminum light-penetrating structure. This initiative is part of the Great American Outdoors Act and is crucial for enhancing visitor access and safety in the natural area. The solicitation is expected to be posted on or about October 23, 2024, with a project magnitude between $250,000 and $500,000, and interested contractors must register in SAM and direct inquiries to Samantha LaGue at samanthalague@fws.gov.
    Y--STLI 324873 Phase II Temporary Relocation of Ferry
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the "STLI 324873 Phase II Temporary Relocation of Ferry Embarkation and Security Screening Operations" project in Battery Park, New York. This construction project, set aside for qualified 8(a) small businesses, has an estimated budget between $5 million and $10 million and is classified under NAICS code 236220 for commercial and institutional building construction. The contractor will be required to adhere to federal regulations and guidelines, with a performance period scheduled from December 2, 2024, to June 30, 2025. Interested contractors must submit their sealed proposals by 12 Noon ET on October 22, 2024, and can direct inquiries to Marc Nguyen at marcnguyen@nps.gov or by phone at 720-448-1166.
    F--Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking a qualified contractor to conduct site inspections of abandoned mine lands at the Wichita Mountains National Wildlife Refuge in Oklahoma, under Request for Quotation RFQ 140F1B24Q0042. The primary objective is to assess potential hazardous substance releases from ten identified sites, evaluate risks to human health and the environment, and collect samples for laboratory analysis. This initiative is crucial for ensuring environmental safety and compliance with federal guidelines, particularly in addressing contamination from historical mining operations. Quotations are due by October 18, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.
    Design-Build Lamar Feed House Bldg Rehabilitation
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is conducting market research for a contract to design and rehabilitate the Feed House Building at the Lamar Fish Technology Center in Pennsylvania. The project aims to transform the existing building, originally constructed in 1951, into an isolation facility for wild-sourced fish eggs, particularly for Coregonine fish restoration, ensuring proper health inspections and environmental protection. Interested firms must have at least five years of relevant construction experience and are required to submit their qualifications by 1:00 PM CDT on October 24, 2024, to Jeanne Mohlis at jeannemohlis@fws.gov, with a project magnitude estimated between $1 million and $5 million.
    Y--BICY 229154
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The fire station will enhance safety infrastructure within the national park, featuring a 5,142 square foot facility designed to accommodate emergency services and comply with various building codes and environmental regulations. Interested contractors must submit their proposals by November 7, 2024, at 3:00 PM ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Z--Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California, under solicitation number 140PS124Q0039. The project involves critical construction services, including soil testing, erosion repairs, installation of new culverts, and the use of rip rap for stabilization, with a total project completion deadline of 90 days from the notice to proceed. This initiative is vital for restoring environmental functionality and safety within the park following severe flood damage in August 2023. Interested contractors must submit sealed offers, with a contract value expected to range between $100,000 and $250,000, and are required to attend a mandatory site visit on September 30, 2024. For further inquiries, contact Caitlin Hale at caitlinhale@nps.gov.