Z--AK-RES AGNT IN CHRG-Pipe, Drywall, and Outside Gra
ID: 140FC325Q0018Type: Solicitation
AwardedMay 21, 2025
$74.1K$74,100
AwardeeALASKA RANGE LLC 2143 STANDARD AVE Fairbanks AK 99701 USA
Award #:140FC325P0009
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

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 soliciting proposals for a construction contract to repair pipes, drywall, and perform outside grading at a facility in Fairbanks, Alaska. The project, estimated to cost between $25,000 and $100,000, requires contractors to submit sealed bids by May 19, 2025, with work expected to commence no later than May 26, 2025, and to be completed by July 7, 2025. This procurement is crucial for maintaining government infrastructure and ensuring compliance with safety and environmental standards, particularly in light of potential hazardous materials that may be encountered during renovations. Interested contractors should direct inquiries to Jessica Tines at jessica_tines@fws.gov and ensure they are aware of bonding requirements for contracts exceeding $35,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to the proposal form for the project titled "USFWS FRB RAC OFFICE Pipe, Drywall, and Outside Grading Repair," dated May 12, 2025. It contains a question and answer section, addressing inquiries related to the project. One critical inquiry is regarding the completion of a hazardous materials survey for the renovation areas. The response clarifies that no hazardous materials survey has been conducted to date, indicating that bidders do not have access to this information for their bidding process. This amendment is significant as it directly impacts the safety and compliance considerations for contractors involved in the project. As a result, bidders must be aware that they may need to undertake their hazardous materials assessments as part of their project planning and execution.
    The document outlines a revised quote schedule for repair services, specifically detailing three main tasks: pipe repairs, flooring repairs, and drywall repairs. Each task is listed with a designated quantity of one, measured in lump sums (LS), indicating a fixed total price for each repair. However, the specific prices and total amounts have not been filled in, leaving those sections open for future input. The structure of the file includes item numbers, descriptions, quantities, pricing columns, and a grand total section intended for overall project costs. This document serves as a component of a government-related contracting process, likely part of a Request for Proposals (RFP) or a bidding process related to maintenance and repair activities. The aim is to facilitate the procurement of services in accordance with governmental standards and budgetary controls.
    The document outlines an amendment to solicitation number 140FC325Q0018, requiring contractors to acknowledge receipt of the amendment as specified. The amendment addresses responses to questions received by a designated deadline and clarifies that the project’s estimated cost falls between $25,000 and $100,000. It further stipulates that any awarded amount exceeding $35,000 necessitates a Payment Bond, while contracts over $150,000 require both Payment and Performance Bonds, due within ten calendar days post-award. The period of performance for the contract is set from May 19, 2025, to June 30, 2025. The document emphasizes the importance of adhering to these guidelines to avoid rejection of offers. Overall, the purpose of the amendment is to provide essential updates regarding the solicitation and to remind contractors of specific requirements related to bonding and receipt of amendments, as part of the federal procurement process.
    The document is an amendment to solicitation number 140FC325Q0018, detailing modifications to a government contract. It provides updated instructions on acknowledging receipt of the amendment, including various methods for submission. Key changes include the revision of the quote schedule, an extension of the performance period from May 19 to June 30, 2025, now set from May 26 to July 7, 2025, and a new due date for quotes, now due on May 19, 2025, at 10:00 Alaskan time. The project cited involves repairs to pipes, drywall, and flooring, with an anticipated contract value between $25,000 and $100,000. Additionally, the document emphasizes that awards exceeding $35,000 will require bond submissions, with specific deadlines outlined. The overall tone is formal and administrative, reflecting the typical structure and language found in government procurement documents.
    This solicitation document outlines a Request for Proposal (RFP) for a construction contract to repair pipes, drywall, and perform outside grading at a site in Fairbanks, Alaska, under Solicitation No. 140FC325Q0018. The project, estimated between $25,000 and $100,000, requires an original sealed bid submission by May 12, 2025. The contractor must start work no later than May 19, 2025, completing the project by June 30, 2025. Contractors are reminded that contracts above specific thresholds necessitate performance and payment bonds. A site visit is scheduled for May 5, 2025, with questions directed to the project officer, Jessica Tines. The document specifies compliance with environmental standards, labor regulations, and inspection requirements, ensuring adherence to safety protocols and sustainable practices. The contract includes provisions for changes due to hazardous materials and archaeological findings, emphasizing responsible disposal of waste. This RFP is a key step in enhancing government infrastructure and ensuring proper maintenance of facilities, reflecting the government's commitment to safety and efficacy in public works projects.
    Similar Opportunities
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING (PN 64018 BARRACKS) FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the design and construction of unaccompanied enlisted personnel housing at Fort Wainwright, Alaska. This project involves the construction of a barracks to accommodate 320 soldiers, including essential facilities such as living quarters, bathrooms, laundry rooms, and security systems, with an estimated contract value between $150 million and $250 million. The procurement will follow a two-phase source selection process, with evaluations based on factors such as past performance, technical approach, and price, and is scheduled for completion within 880 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents starting December 29, 2025, by searching for Solicitation Number W911KB26RA004.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    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.
    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.
    2026-2028 Dillingham Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the 2026-2028 Dillingham Harbor Maintenance Dredging project in Dillingham, Alaska. This contract requires the contractor to perform maintenance dredging, manage the placement of dredged materials at a designated open-water site, and conduct pre- and post-dredge surveys, ensuring compliance with all applicable federal, state, and local regulations. The project is critical for maintaining navigability and safety in the harbor, and the contract will be awarded as a firm-fixed price, with construction wage rates applicable. Interested contractors should reach out to Jennifer Gosh at Jennifer.Gosh@usace.army.mil or George Nasif at George.G.Nasif@usace.army.mil for further details.
    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.
    Birches Remedial Action, Demolition, And Groundwater Monitoring
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Birches Remedial Action, Demolition, and Groundwater Monitoring project in Tanana, Alaska. The project involves the removal of contaminated soils, including PCB, lead, and petroleum-impacted materials, from the Engine Generator Building site, as well as the demolition of concrete foundations and groundwater monitoring. This work is critical for environmental remediation and compliance with state cleanup standards, with operations expected to take place in 2026 and/or 2027 due to the remote location and logistical challenges. Interested 8(a) certified vendors must submit their capability statements and relevant information to Sonia Holguin at sonia.o.holguin@faa.gov by December 19, 2025, at 12:00 PM Central Time to be considered for the upcoming solicitation.