R--Notice of Intent to Sole Source
ID: DOIFFBO250043Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, OVER SAT G/SFalls Church, VA, 22041, USA

NAICS

Remediation Services (562910)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source firm fixed price contract to Brice Engineering LLC for CERCLA Project Management support at sites within the San Diego Bay National Wildlife Refuge. The contractor will be responsible for providing all necessary personnel, equipment, and services to fulfill the requirements of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), performing 32 hours of work per week. This procurement is critical for ensuring compliance with environmental regulations and effective management of remediation efforts. Interested parties who believe they can meet the requirements must submit a statement of capabilities by 1:00 PM Central time on February 7, 2025, to Lauretha_Randle@fws.gov.

    Point(s) of Contact
    Randle, Lauretha
    (612) 713-5217
    (612) 713-5151
    Lauretha_Randle@fws.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    B--USFWS - KOFA National Wildlife Refuge, Yuma, AZ
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide professional consulting and engineering services for a Non-time Critical Removal Action at five abandoned mine sites within the Kofa National Wildlife Refuge in Yuma, Arizona. The objective is to develop a comprehensive removal action design to address environmental hazards, specifically targeting hazardous substance releases, including elevated levels of metals such as mercury and lead. This initiative is crucial for restoring and protecting the environment and wildlife habitats affected by historical mining activities. Interested small businesses must submit their responses, including a Unique Entity Identifier and relevant project experience, by February 12, 2025, with the solicitation expected to be released on March 1, 2025. For further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
    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.
    Z--NV-DESERT NWRC-WHIN-MARSH LEVEE REPAIR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking responses for the WHIN Marsh Levee Repair Project at the Pahranagat National Wildlife Refuge in Alamo, Nevada. This project involves the repair of the WHIN Marsh levee system, which is crucial for habitat management for migratory birds, particularly waterfowl, and includes the replacement of four water control structures and the design of a three-foot wide aluminum access catwalk with safety features. The initiative underscores the USFWS's commitment to wetland management and habitat preservation, with a primary NAICS code of 237990 and a size standard of $45 million. Interested businesses are encouraged to submit their Unique Entity Identifier (UEI), business type, and a document detailing their capabilities by February 7, 2025, to Shannon Barnhill at shannonbarnhill@fws.gov.
    F--IL-CRAB ORCHARD NWR-LUST PROJECT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the Leaking Underground Storage Tank (LUST) Project at Crab Orchard National Wildlife Refuge in Marion, Illinois. The procurement involves testing and report writing to address environmental remediation requirements, specifically for LUST Number 941970, with a focus on developing a sampling plan that meets Illinois Environmental Protection Agency (ILEPA) standards. This project is critical for ensuring environmental safety and compliance, as it addresses potential contamination from leaking storage tanks. Interested small businesses must submit their quotes by February 14, 2025, and can direct inquiries to Lydia Patrick at lydiapatrick@fws.gov or by phone at (308) 635-7851.
    D--Special Notice of Intent to Sole Source Award
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to RecAccess, LLC for the provision of a Software as a Service (SaaS) platform essential for managing permits and fees related to hunting activities across over 60 national wildlife refuges. This contract, which will be a firm fixed price with a base year and four option years, aims to ensure the continuity of a secure online platform that facilitates lotteries, reservations, permit issuance, and fee collection, critical for maintaining public access during the hunting season. The justification for this sole source award highlights RecAccess as the only vendor capable of supporting the complex lottery systems required for permit issuance, with a focus on avoiding service disruptions that could arise from transitioning to a new provider. Interested parties may submit capability statements to Lorenzo Aragon at lorenzoaragon@fws.gov, with the understanding that any costs incurred in response to this notice will not be reimbursed by the government.
    Y--NV Upper Carson Slough Backcountry Trail System
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking contractors for the construction of the Upper Carson Slough Backcountry Trail System at the Ash Meadows National Wildlife Refuge. The project requires sealed bids from qualified firms, with a contract magnitude estimated between $1,000,000 and $5,000,000, and mandates that work commence within 10 calendar days of notice to proceed, to be completed within 270 days. This construction project is vital for enhancing recreational access and environmental stewardship in the area. Interested contractors must acknowledge amendments to the solicitation and submit proposals by February 26, 2025, with questions due by February 7, 2025; for further inquiries, contact Shannon Barnhill at shannonbarnhill@fws.gov.
    F--CA-KERN NWR-SALT CEDAR REMOVAL
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a sawyer crew for the removal of invasive salt cedar trees at the Kern National Wildlife Refuge in California. The project involves clearing specified areas of 18, 25, or 30 net acres, with work scheduled from March 17, 2025, to May 30, 2025, and requires contractors to ensure that cut trees remain below 18 inches in height without piling. This initiative is part of broader efforts to enhance the ecological health of the refuge and support endangered species by managing invasive plant species. Interested contractors must submit their quotes by February 10, 2025, and can contact Roger Lockhart at rogerlockhart@fws.gov or 404-679-7124 for further information.
    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.
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    B--NV-ASH MEADOWS NWR-INVENTORY & MAPPING O
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole-source contract to Pyramid Botanical Consultants for the inventory and mapping of select invasive and rare endemic plants at Ash Meadows National Wildlife Refuge. This procurement aims to leverage the unique expertise of Pyramid Botanical Consultants, which has a proven track record in the area, ensuring the continuity and comparability of data critical for the conservation of endangered species under the Endangered Species Act. The contract is essential for effective monitoring and management of non-native plant threats to the refuge's unique ecosystem, with a focus on maintaining high scientific standards. Interested parties may submit capability statements to Contracting Specialist Oscar Orozco via email by 3:00 PM EST on February 6, 2025, to express their interest, although this is not a request for competitive quotations.