TX-BALC CANYONLDS NWR-MARTIN HSE DEMOLIT
ID: 140FC225Q0016Type: Solicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 6:00 PM UTC
Description

The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking a qualified contractor for the demolition of the Martin House at the Balcones Canyonlands National Wildlife Refuge in Marble Falls, Texas. The project involves the complete demolition of a two-story building, including its concrete foundation, capping of water and sewer services, and proper disposal of all demolition materials, with the site intended for future development as shared housing for seasonal employees. Contractors must be licensed in Texas and are required to complete the work within a 30-day period following contract award, with a site visit scheduled for April 8, 2025, and sealed bids due by April 15, 2025. For further inquiries, interested parties can contact Christa Garrigas at christa_garrigas@fws.gov or by phone at 325-261-4143.

Point(s) of Contact
Files
Title
Posted
Mar 24, 2025, 3:05 PM UTC
The Balcones Canyonlands National Wildlife Refuge in Texas is seeking a contractor for the demolition of the Martin House, a two-story building in disrepair. The project includes demolishing the house and its concrete foundation, capping water and sewer services, and ensuring proper disposal of demolition materials. The site, acquired by the Refuge, will later be developed for shared housing for seasonal employees. Contractors must be licensed in Texas and equipped to handle all demolition tasks. Work is to be performed within a 30-day period following contract award, primarily during normal business hours, with provisions for emergency contact outside these hours. The contractor will be responsible for all aspects of the demolition, including removal of various materials, while following industry quality control standards. The final deliverable is a clean site with all materials removed, subject to government inspection for acceptance. The role of Technical Coordinator Cixto Saucedo will be to oversee quality assurance during the execution of the project.
Mar 24, 2025, 3:05 PM UTC
The document pertains to various federal and state/local Request for Proposals (RFPs) and grants, focusing on the procurement process for government contracts. It outlines key components essential for potential vendors to understand, including timelines, eligibility criteria, submission processes, and evaluation metrics. The document likely emphasizes compliance with regulatory requirements, funding provisions, and expected deliverables, which are critical for ensuring successful project execution. It seeks to engage a diverse range of organizations, encouraging collaboration and innovation in responding to government needs. The structure likely includes sections detailing specific RFP projects, funding opportunities, and contact information for government representatives. By providing this information, the document serves to streamline the procurement process, foster transparency, and enhance participation from qualified entities in federal and state initiatives, thereby supporting public sector goals effectively.
Mar 24, 2025, 3:05 PM UTC
The document outlines a federal Request for Proposal (RFP) for the demolition of the Martin House at Balcones Canyonlands National Wildlife Refuge in Marble Falls, TX. The project, valued below $25,000, requires contractors to comply with statutory requirements, including performance and payment bonds, prevailing wage determinations, and environmental regulations. Contractors must submit sealed bids by April 15, 2025, with performance commencing no later than May 30, 2025. A site visit for bidders is scheduled for April 8, 2025. The solicitation details various sections covering project specifications, pricing, work requirements, and special contract provisions. Notable sections include inspection and acceptance criteria, project delivery schedules, and compliance with labor standards. In addition, there are environmental clauses addressing waste disposal, historical preservation, and hazardous materials management to ensure adherence to federal policies. The document also incorporates various federal acquisition regulations, ensuring contractors meet necessary compliance and reporting standards. Overall, this solicitation exemplifies federal contracting processes emphasizing transparency, compliance, and thorough bidding procedures for public works projects.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the construction of a new headquarters office and maintenance facility at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama, under solicitation number 140FGA25R0004. The project involves providing all necessary materials, labor, and equipment while adhering to federal, state, and local regulations, including the latest building codes. This initiative is crucial for enhancing visitor engagement and operational efficiency at the refuge, which plays a significant role in wildlife conservation and public education. Interested contractors must submit their sealed bids by April 21, 2025, and are encouraged to contact Ian Young at ianayoung@fws.gov or 612-713-5214 for further information.
TX ARANSAS/MATAGORDA IS NWR - HVAC REPLACEMENT
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide HVAC replacement services at the Aransas Matagorda Island National Wildlife Refuge in Austwell, Texas. The project involves the complete removal of four old HVAC systems and the installation of four new systems, with a focus on enhancing environmental controls within the bunkhouse. This initiative is crucial for maintaining operational efficiency and compliance with federal and local mandates, emphasizing the use of ENERGY STAR products to meet environmental standards. Interested contractors must submit their quotes by April 23, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further details.
P--ASSATEAGUE ISLAND DEMOLISH TOM COVE VISITOR CENTER
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the demolition of the Tom’s Cove Visitor Center at Assateague Island National Seashore in Chincoteague, Virginia. The project requires comprehensive labor, materials, and equipment to complete the demolition, with an estimated budget between $500,000 and $1,000,000. This opportunity is exclusively set aside for HUBZone Certified Small Businesses and will be awarded as a firm-fixed price contract, adhering to Federal Construction Wage Rates applicable to Accomack County. The official solicitation, numbered 140P4325R0005, is expected to be released around April 25, 2025, and interested parties must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential offerors can contact Contracting Officer Jason Albright at JasonAlbright@nps.gov.
WV-OHIO RIVER ISLAND NWR-ROOF SHINGLE REPLACEMENT
Buyer not available
The U.S. Fish and Wildlife Service is soliciting bids for the replacement of roof shingles on the Middle Island Shop building located at the Ohio River Islands National Wildlife Refuge in Williamstown, WV. This project involves the removal and replacement of approximately 6,900 square feet of roofing materials, necessitated by the current asphalt shingles exceeding their 30-year lifespan, to ensure the building's structural integrity and prevent water damage. The contract, valued between $25,000 and $100,000, is a total small business set-aside and emphasizes compliance with federal regulations, including the Davis-Bacon Act and the "Buy American" Act. Interested contractors must submit sealed bids by the specified deadline, with a mandatory site visit required, and the project is scheduled to commence between May 1 and September 15, 2025. For further inquiries, potential bidders can contact Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
P--Crystal Creek Camp Demolition, NPS-WHIS
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the demolition of the Crystal Creek Camp located in the Whiskeytown National Recreation Area, Shasta County, California. The project involves the removal of obsolete structures, debris clearance, site grading, and environmental restoration, with a focus on managing hazardous materials such as asbestos and lead-based paint in compliance with federal and state regulations. This initiative is crucial for enhancing public safety and restoring natural landscapes, reflecting the government's commitment to environmental stewardship. Interested small business contractors must submit their quotations by April 17, 2025, with the project scheduled to commence between September 1 and December 31, 2025. For further inquiries, contact Rocio Gomez Macias at rociogomezmacias@nps.gov or call 415-464-5204.
Z--GAOA - Browns Park NWR Butler Storage Building Reh
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge in Maybell, Colorado. The project aims to enhance the building's functionality, safety, and energy efficiency, involving significant renovations such as replacing bay doors, updating lighting and ventilation systems, and installing safety features like emergency showers and GFCI outlets. This initiative underscores the government's commitment to maintaining and upgrading federal facilities to meet modern standards. Interested contractors must submit their proposals by May 8, 2025, with a budget range of $250,000 to $500,000, and can direct inquiries to Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349.
Y--GA PIEDMONT NWR RESTROOM FOUNDATION
Buyer not available
The U.S. Fish and Wildlife Service is seeking contractors for the repair of restroom and shower facilities at the Piedmont National Wildlife Refuge in Hillsboro, Georgia. The project involves stabilizing the Pippins Lake Comfort Station, which has experienced significant structural deficiencies, by driving piers to support the building slab and ensuring operational status during construction. This initiative underscores the government's commitment to maintaining public resources within national wildlife refuges while adhering to strict safety and environmental regulations. Interested small businesses must submit their bids by April 10, 2025, with a total project cost estimated to be less than $25,000 and a completion deadline of June 30, 2025. For further inquiries, contractors can contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
Demolition B9118
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the demolition of Building 9118 at Dyess Air Force Base in Texas. Contractors are required to provide all necessary labor, materials, tools, and supervision for the demolition, with a budget estimated between $250,000 and $500,000, contingent upon the availability of government funds. This opportunity is a total small business set-aside, emphasizing compliance with health and safety regulations, and requires interested vendors to submit proposals by May 1, 2025, following an optional site visit on April 14, 2025. For further inquiries, interested parties can contact Abigail Noe at abigail.noe.1@us.af.mil or SrA John G. Craig at john.craig.16@us.af.mil.
Z--MN-MORRIS WMD-HQ BASEMT CARPET REPLACEMT
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for a construction contract to replace the basement carpet at its Headquarters Building in Morris, Minnesota. This project, identified as Solicitation No. 140FC225Q0018, requires contractors to provide all necessary materials, labor, and equipment, with a project magnitude estimated between $25,000 and $100,000. The performance period for the contract is scheduled from April 30, 2025, to July 30, 2025, and bidders must attend a site visit on April 10, 2025, to familiarize themselves with the project requirements. Interested contractors should direct inquiries to Christa Garrigas at christagarrigas@fws.gov, and ensure they acknowledge receipt of any amendments to the solicitation by the specified deadlines.
Base Housing Demolition (Multiple Locations)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking bids for a firm-fixed price contract to demolish 114 Base Housing structures at Camp Lejeune, North Carolina, along with associated utilities and pavement surfaces. This project is categorized as a Total Small Business Set-Aside under the SBA 8(a) program, emphasizing the government's commitment to engaging small businesses in federal contracting. The demolition will involve the removal of buildings, sidewalks, utilities, and garages, with all utility lines terminating at the nearest main junctions and the disturbed grounds restored to their original conditions. Bids are due by March 21, 2025, and interested contractors must submit a bid bond of 20% of their proposal amount. For further inquiries, potential offerors can contact Regenia D. Guest at regenia.d.guest.civ@us.navy.mil or Brandi Porche at brandi.l.porche.civ@us.navy.mil.