R--Relocation SVS for Great Dismal Swamp Suffolk VA
ID: 140FS324Q0212Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Other Activities Related to Real Estate (531390)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for relocation services for a tenant at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The contract aims to facilitate the relocation of Ms. Zania Trim from her current residence, ensuring compliance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act. This initiative is critical for the expansion of the wildlife refuge and involves comprehensive support for the tenant, including assistance with moving logistics and securing comparable housing. Interested contractors must submit their proposals by the specified deadlines, with the contract performance period set from October 1, 2024, to December 31, 2024. For further inquiries, potential bidders can contact Jeremy Tyler at jeremy_tyler@fws.gov or by phone at 413-253-8662.

    Point(s) of Contact
    Files
    Title
    Posted
    The Relocation Assistance Contract for the Great Dismal Swamp National Wildlife Refuge addresses the relocation of residential tenant Ms. Zania Trim from her current residence at 1322 White Marsh Road, Suffolk, Virginia. The property is owned by the Betty S. Wilcox Revocable Trust, which has entered into a purchase agreement with the U.S. Fish and Wildlife Service, targeting a closing date of August 15, 2024. Compliance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act is mandated for the relocation process. Although the Service can proceed with the closing while retaining Ms. Trim as a tenant, a firm relocation plan must be established. The project stipulates that relocation efforts should commence immediately, with a completion timeline of 90 days from contract initiation. The preferred period of performance is set from August 5, 2024, to September 20, 2024. This contract represents a structured approach to ensure lawful and planned tenant relocation as part of the property acquisition process for the refuge's expansion, highlighting the commitment of federal entities to uphold regulations while facilitating necessary acquisitions.
    The document discusses various federal and state/local Requests for Proposals (RFPs) and grant opportunities aimed at fostering community programs and initiatives. It outlines the process for organizations to apply for funding, highlighting eligibility criteria, application requirements, and evaluation procedures. Key areas of focus include health, education, infrastructure, and environmental sustainability. Additionally, it emphasizes the importance of adhering to federal guidelines and deadlines to successfully navigate the application process. The overarching goal is to enhance community resources and support innovative projects that address local needs. Agencies are encouraged to collaborate and leverage partnerships to create impactful solutions that align with community objectives. The document serves as a comprehensive guide for potential applicants to understand and engage with funding opportunities effectively.
    The document is a Past or Present Performance Survey intended for companies participating in federal and state/local procurement processes. It collects essential business information, including the company's name, address, president, and its status as a small business. The primary focus is on gathering detailed performance data for contracts or subcontracts the company has completed or is currently engaged in, particularly government contracts. The survey requests specifics about three contracts, including contracting agency, project title, scope, monetary amounts, and the company's role (prime contractor, joint venture, or subcontractor). Furthermore, it prompts for insights into subcontracting work, the use of quality and safety plans, and any encountered problems along with their resolutions. At the end of the survey, it requires certification from a designated preparer, including their contact details, title, and signature. This documentation not only aims to evaluate past performance but also plays a crucial role in the assessment process during government contract bidding, assisting in verifying the reliability and capabilities of prospective contractors.
    The document is a Past or Present Performance Survey intended for companies participating in federal and state/local procurement processes. It collects essential business information, including the company's name, address, president, and its status as a small business. The primary focus is on gathering detailed performance data for contracts or subcontracts the company has completed or is currently engaged in, particularly government contracts. The survey requests specifics about three contracts, including contracting agency, project title, scope, monetary amounts, and the company's role (prime contractor, joint venture, or subcontractor). Furthermore, it prompts for insights into subcontracting work, the use of quality and safety plans, and any encountered problems along with their resolutions. At the end of the survey, it requires certification from a designated preparer, including their contact details, title, and signature. This documentation not only aims to evaluate past performance but also plays a crucial role in the assessment process during government contract bidding, assisting in verifying the reliability and capabilities of prospective contractors.
    The document addresses the relocation assistance required for Ms. Trim, concerning compliance with the Uniform Assistance Relocation Assistance Act. Key details include the relocation counselor's role in identifying specific services needed and the expected timeline for Ms. Trim to vacate her premises, limited to a 30-day notice as she is not under a lease. The period of performance is specified as 90 days, contingent on the availability of safe housing, despite a preferred timeframe suggesting only 45 days. Further inquiries involve preferences for new housing and necessary levels of assistance for moving, including packing and transportation. Subsidies for rental payments are available as part of the relocation services. The document emphasizes compliance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act, along with communication frequency to the government regarding relocation progress. Lastly, there are no geographical restrictions on where Ms. Trim can be relocated, underlining the flexible nature of the assistance provided.
    The GSA Public Buildings Service is focused on optimizing the management and modernization of federal public buildings. This initiative encompasses strategies aimed at improving operational efficiency, reducing costs, and enhancing the quality and sustainability of government facilities. Key components include facility assessments to identify repair and replacement needs, the implementation of modern technologies to improve energy efficiency, and the establishment of compliance with federal standards and regulations. Additionally, the service seeks to engage in collaborative efforts with various stakeholders to ensure public buildings meet current and future demands. By prioritizing strategic investments and innovative solutions, the GSA aims to provide secure and accessible environments for government operations while promoting sustainability and responsiveness to community needs. Overall, this document underscores the agency's commitment to improving federal infrastructure while aligning with broader governmental objectives of accountability and performance enhancement.
    The document outlines the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, detailing policies for providing assistance to individuals and businesses displaced by federal projects. It defines key terms, including "federal agency," "displaced person," and "comparable replacement dwelling," and establishes the responsibilities of federal and state agencies in facilitating relocations. The act mandates provisions for relocation payments, moving expenses, and housing replacement support for eligible displaced persons, including various compensation forms for homeowners, tenants, and businesses. It underscores the need for early planning to address displacement issues, and emphasizes equitable treatment to minimize hardships associated with relocation. Furthermore, the act specifies scenarios where housing replacement or assistance is crucial, particularly when comparable options are unavailable. The document serves as a framework for resource allocation, ensuring government accountability and cooperation at federal, state, and local levels, reflecting a commitment to fair treatment and support for those affected by public infrastructure projects.
    The document outlines the Relocation Assistance Contract managed by the U.S. Fish and Wildlife Service, emphasizing compliance with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and its 2024 amendments. The contract is not limited to hiring a moving company; it involves comprehensive relocation services for tenants. Key responsibilities include serving necessary notices, conducting tenant interviews, providing relocation assistance brochures, and securing moving company bids. Additionally, the service must assist tenants in minimizing hardships and maintaining detailed records of all activities related to the relocation process. This includes documentation of available comparable residential replacements and administrative correspondence. The contract emphasizes quality control and requires status reporting and a final submission of files to the USFWS upon completion. The purpose of this document is to ensure a structured and legally compliant relocation process for affected tenants, reflecting the federal government's commitment to uphold relocation assistance standards and support for displaced individuals.
    The document pertains to the amendment of a government solicitation and outlines necessary actions for contractors regarding acknowledgment of the amendment. It highlights the requirement for bid submissions to reference the solicitation and amendment numbers, specifying that failure to acknowledge may result in rejection. The amendment serves to provide additional information, including a questions and answers document. Key details included are the new period of performance running from October 1, 2024, to December 31, 2024, and the addition of Attachments 4, 5, and 6. Importantly, the overall terms of the original contract remain unchanged despite the amendment, reflecting standard practices in government procurement processes. This document is significant in ensuring all potential contractors comply with updated guidelines and timelines, streamlining the contract modification process.
    This document serves as an amendment to a solicitation numbered 140FS324Q0212, issued by the Falls Church, VA FWS (Fish and Wildlife Service) SAT Team 3. The amendment details the procedures for acknowledging receipt of the amendment by potential contractors, emphasizing the importance of submitting acknowledgment timely to avoid rejection of offers. The amendment specifies the addition of Attachment 7, which includes further information relevant to the solicitation and establishes a new period of performance from October 1, 2024, to December 31, 2024. The summary reflects the administrative changes made to the contract submission process and highlights the need for compliance with FAR regulations regarding contract modifications. The overall purpose is to ensure all parties are aware of the modifications and adhere to submission guidelines, promoting clarity in the contracting process.
    The document outlines a Request for Proposal (RFP) for relocation services of a non-government tenant at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia, effective from October 1, 2024, to December 31, 2024. It specifies that the contractor must complete a Request for Quote (RFQ) and submit relevant documentation via email to the provided contracting points of contact. Key components include details on payment terms, contract compliance with federal regulations, and guidance on submitting offers. The solicitation includes sections on contract clauses, such as unique entity identifier maintenance, small business set-asides, and guidelines for invoice processing through the Department of the Treasury's Invoice Processing Platform (IPP). The main objective is to solicit bids from qualified contractors for the specified relocation services while adhering to stringent regulations aimed at ensuring best practices in federal procurement processes. The document emphasizes ensuring compliance with laws and fostering participation from small businesses, including veterans and disadvantaged groups.
    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 soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    Z--GAOA - Show Pool Shelters Replacement and Site Res
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the Show Pool Shelter and site restoration at the Seney National Wildlife Refuge in Michigan. This project, designated under Solicitation Number 140FGA24Q0024, requires small businesses to provide comprehensive proposals that include costs for materials, labor, and supervision, with a focus on environmentally responsible practices and compliance with federal regulations. The successful contractor will undertake the demolition of the existing shelter, construction of a new facility, and restoration of the surrounding area, with a performance period extending from October 3, 2024, to April 1, 2025. Proposals are due by September 19, 2024, and interested parties should direct inquiries to Samantha Lague at samanthalague@fws.gov or call 413-253-8349.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    S--VI-SANDY POINT NWR-St. Croix, US Virgin Islands -
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide janitorial services for the Sandy Point National Wildlife Refuge in St. Croix, US Virgin Islands. The procurement involves a base-year contract with four optional yearly extensions, contingent upon available funding, aimed at maintaining cleanliness and functionality in the office building through daily and monthly cleaning tasks. This contract is a total small business set-aside, reflecting the government's commitment to promoting small business participation in federal contracts. Interested parties must submit their quotes by September 23, 2024, and direct inquiries to Merenica Banks at merenicabanks@fws.gov.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.
    Coaching and Facilitation Services for USFWS HQ VA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide coaching and facilitation services for its Information Resources and Technology Management (IRTM) Division, located in Falls Church, Virginia. The procurement aims to enhance leadership capabilities through personalized one-on-one coaching, group training sessions, and team-building exercises, with a focus on areas such as diversity, equity, inclusion, and effective communication. This initiative is critical for developing the skills necessary for strategic planning and operational effectiveness within the agency. Proposals are due by September 11, 2024, with the contract period commencing on October 1, 2024, and extending through September 30, 2028, including option periods. Interested parties can contact Todd Annes at toddannes@fws.gov or by phone at 413-253-8708 for further information.
    S--AK-SELAWIK NWR-SNOW REMOVAL SERVICE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking quotations for snow removal services at the Selawik National Wildlife Refuge in Kotzebue, Alaska. The contract will cover a base year with the option for four additional years, focusing on ensuring safe access to facilities by timely snow clearing during designated snowfall periods from October 2024 to May 2025. This service is crucial for maintaining operational continuity and safety at government facilities, emphasizing the use of eco-friendly de-icing materials and adherence to federal labor standards. Interested vendors must submit their quotes by September 19, 2024, and ensure they are registered in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    Trail, Boardwalk and Bridge Repairs at Quivira NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting proposals for the rehabilitation of trails, boardwalks, and bridges at the Quivira National Wildlife Refuge in Stafford, Kansas. The project aims to enhance public access and ecological integrity by repairing and replacing existing infrastructure, with a focus on compliance with ADA standards and environmental protection guidelines. This initiative reflects the federal commitment to improving recreational facilities within wildlife reserves, with an estimated contract value between $500,000 and $1,000,000 and a completion timeline of 180 days post-award. Interested contractors must submit proposals via email by September 20, 2024, following a mandatory site visit on September 3, 2024; for further inquiries, contact Justine Coleman at justinepasiecnik@fws.gov or 413-253-8287.