Concrete Foundation and Floor at Canaan Valley NWR
ID: 140FC225Q0021Type: Solicitation
AwardedMay 19, 2025
$73K$73,000
AwardeeFLINT RIVER LOGISTICS LLC 1637 KEELER AVE Wichita Falls TX 76301 USA
Award #:140FC225P0047
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 3Falls Church, VA, 22041, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER WAREHOUSE BUILDINGS (Y1GZ)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking contractors for the construction of a concrete foundation and floor slab at the Canaan Valley National Wildlife Refuge in West Virginia. The project involves the installation of caissons, a grade beam, and a concrete floor for a pre-engineered metal building, with site preparation managed by the Service. This construction is crucial for maintaining the facilities of the refuge while ensuring minimal disruption to ongoing operations. Interested contractors must submit bids by May 13, 2025, with a project magnitude estimated between $25,000 and $100,000, and a performance period from June 16, 2025, to July 18, 2025. For further inquiries, potential bidders can contact Christa Garrigas at christa_garrigas@fws.gov or call 325-261-4143.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service is soliciting contractors for a concrete foundation and floor slab project at the Canaan Valley National Wildlife Refuge in West Virginia. The contract entails the installation of caissons, a grade beam, and a concrete floor for a pre-engineered metal building. Site preparation will be managed by the Service, and all work must adhere to industry standards and local building codes. Operations at the refuge will remain active during construction, and the contractor must coordinate working hours with the Refuge Manager to avoid disruptions. The anticipated contract award is a firm-fixed price, set for April 2025, with project completion required within 30 days from the notice to proceed. Key requirements include the use of specific materials meeting ASTM standards, compliance with environmental and safety regulations, and cooperation with the U.S. Fish and Wildlife Service inspectors. Contractors are urged to submit detailed construction schedules and environmental protection plans, as well as to conduct on-site visits prior to bidding to familiarize themselves with project conditions. This project underscores the agency's commitment to maintaining its facilities while ensuring minimal disruption to wildlife refuge operations.
    The document pertains to federal and state/local Requests for Proposals (RFPs) and grants, detailing procedures and requirements for agencies seeking funding for various projects. It outlines the submission processes, evaluation criteria, and eligibility requirements, emphasizing transparency, compliance, and accountability. Key sections address the importance of adhering to regulations to ensure fair competition among applicants. Additionally, the document stresses the necessity of conducting thorough assessments and appropriate documentation when applying for funding. It highlights critical aspects such as timelines for submissions, necessary documentation, and the significance of stakeholder engagement throughout the application process. The overall purpose of the document is to provide guidance to potential applicants on effectively navigating the complexities of government funding processes, ensuring that all proposals meet established standards and adequately address program objectives. This resource ultimately serves to facilitate improved project outcomes and efficient utilization of allocated funds within communities.
    The document outlines the solicitation for construction services to establish a concrete foundation and floor for a pre-engineered metal building at the Canaan Valley National Wildlife Refuge in West Virginia. Key aspects include a magnitude of construction between $25,000 and $100,000, a performance period from June 16, 2025, to July 18, 2025, and an opportunity for a site visit on May 6, 2025. Bids are due by May 13, 2025, along with the requirement that contractors must provide performance and payment bonds. Contractors must comply with various clauses concerning labor standards, environmental protection, and potential hazardous materials, ensuring adherence to federal laws and regulations throughout the project. Moreover, the document stipulates guidelines for the delivery of materials, including a preference for domestic products under the Buy American Act. It mandates that contractors uphold safety and compliance with federal standards, including addressing environmental impacts. The comprehensive requirements aim to ensure the successful execution of the construction project while upholding quality, safety, and regulatory adherence.
    The document contains date entries for October 4, 2024, listed multiple times without any additional context or information. It lacks substantive content typically associated with government RFPs, grants, or local initiatives. As such, there are no discernible topics, key ideas, or supporting details present. Given the format and the repeated dates, the document may be incomplete or a placeholder. Consequently, it fails to communicate a clear objective or provide the relevant information needed for analysis in the context of governmental proposals or funding opportunities. Further elaboration or clarification would be essential to ascertain its purpose or potential implications in a governmental framework.
    Similar Opportunities
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    OK-WICHITA MTNS RFG-CONCRETE DISPOSAL
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract for concrete demolition debris removal at the Wichita Mountains Wildlife Refuge in Indiahoma, Oklahoma. The project entails the removal of approximately 15,000 tons of concrete debris, including rebar, brick, and cinderblock, with options for an additional 6,000 tons, and requires compliance with federal regulations such as the Buy American Act and Davis-Bacon Wage Rates. This contract is crucial for restoring the site to its natural state and ensuring environmental protection, with a performance period of 180 days from the notice to proceed, and work expected to commence within 5 days. Interested small businesses must contact Shanen Fox at shanenfox@fws.gov or call 503-736-4469 for further details, with the project valued between $250,000 and $500,000.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.