Radon Mitigation - Great Falls, MT
ID: 140FC224Q0065Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- AIR QUALITY SUPPORT (F101)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking proposals for a radon mitigation project at the Office of Law Enforcement in Great Falls, Montana. The project involves the installation of two radon mitigation systems to address elevated radon levels, particularly in the basement and crawl space areas of the facility. This initiative is crucial for ensuring a safe working environment for government employees and adheres to established health and safety standards. Interested contractors must submit their bids by September 25, 2024, and are encouraged to direct any questions to Elvia Arellano at elvia_arellano@fws.gov or (505) 248-6438. The estimated project cost is under $10,000, and compliance with federal wage determinations is required.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation for a Firm Fixed Price Construction contract focused on Radon Mitigation for the Fish and Wildlife Service (FWS) in Great Falls, MT, under Solicitation No. 140FC224Q0065. It details requirements across multiple sections, including pricing, specifications, project delivery, contract administration, and special requirements. Key components include the completion timeframe, which mandates project initiation within 10 days of notice, and a final completion within 30 days. Specific clauses address environmental considerations, including handling hazardous materials and compliance with federal regulations. The contractor is required to ensure all construction materials are compliant with domestic sourcing laws and mandated green procurement practices. The document serves as a comprehensive guide for potential bidders on how to prepare their proposals in adherence to the contract's specifications and federal standards, ensuring all parties understand the expectations and responsibilities involved. The significance lies in promoting public safety through radon mitigation while adhering to environmental regulations and local laws in federal contracting.
    This solicitation is a Request for Proposal (RFP) for construction work, specifically to install a radon mitigation kit, with a total project cost estimated to be less than $10,000. The contracting authority for the project is the U.S. Fish and Wildlife Service, with bids due by September 25, 2024. The selected contractor is expected to start work within 30 days after receiving a Notice to Proceed (NTP) and complete the work within the same timeframe. A site visit is encouraged but not mandatory, with the option to request a visit via email. Questions regarding the solicitation must be submitted by September 20, 2024, and all submissions must follow specified formatting guidelines. The award will be based on the best value to the government, considering price and past performance. Additionally, the contractor must furnish any required performance and payment bonds. This document is part of a structured process for government procurement aimed at ensuring fair competition and transparency. Overall, it articulates essential guidelines and requirements for bidders while emphasizing the importance of compliance with all stipulated terms.
    The document outlines a request for proposal (RFP) for radon mitigation work at the Office of Law Enforcement (OLE) Great Falls Investigations Office, located in Montana. The facility, established on the Benton Lake National Wildlife Refuge, has shown concerning levels of radon, particularly in its basement area, with measurements reaching 4.2 pCi/L. To address this health risk, the project requires the installation of two separate radon mitigation systems: a system specifically for the crawl space and a radon fan kit for the basement. Work is to be conducted on-site during standard government hours, with all efforts inspected for compliance before payment is issued through IPP.gov. Rudi A. Cagle, a Special Agent with the U.S. Fish and Wildlife Service, is designated as the primary contact for this project. This RFP highlights the government's commitment to ensuring a safe working environment for its employees while adhering to established industry standards for radon reduction.
    The document outlines wage determinations and regulations for construction projects in Cascade County, Montana, governed by the Davis-Bacon Act and relevant Executive Orders. It specifies that contractors must pay a minimum wage based on the funding and contract conditions: $17.20 for contracts post-January 30, 2022, and $12.90 for past contracts unless higher rates apply. Included are various trade wage rates for construction positions, such as electricians, laborers, and plumbers, along with fringe benefits and travel zone specifics impacting pay. The document also outlines the appeals process for wage determination as well as classification details, emphasizing compliance with federal labor standards. It serves as a crucial resource for contractors involved in federal-funded projects, aiming to ensure fair wages and worker protections while maintaining adherence to labor regulations. Overall, it emphasizes the importance of understanding wage standards for contractors engaging in federally influenced construction work in Montana.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Beaverhead Deerlodge National Forest fencing and spring developments
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking contractors for the Beaverhead Deerlodge National Forest fencing and spring developments project, which involves fenceline clearing, construction of fencing, and spring site development using government-furnished materials. The project is located approximately 50 miles southwest of Butte, Montana, and aims to enhance natural resource conservation and habitat improvement within the forest. The estimated contract value ranges from $25,000 to $100,000, with work expected to commence on June 1, 2025, and conclude by October 15, 2025. Interested contractors must submit their quotes along with a completed experience questionnaire by the bidding deadline of September 23, 2024. For further inquiries, contact John Curry at john.curry@usda.gov or call 605-673-9216.
    BEAVERHEAD DEERLODGE NATIONAL FOREST - Copper Creek and Springhill Well Drilling Project
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Copper Creek and Springhill Well Drilling Project on the Beaverhead-Deerlodge National Forest in Montana. The project involves drilling two potable water wells at designated locations, requiring contractors to provide all necessary labor, materials, equipment, and supervision to complete the work in compliance with state regulations and environmental standards. This initiative is crucial for ensuring safe and reliable water access in the area while adhering to federal procurement processes. Interested contractors must submit sealed bids by September 23, 2024, with the contract valued between $25,000 and $100,000 and completion expected by October 31, 2024. For further inquiries, contractors can contact Wes Dudley at wesley.dudley@usda.gov or Mark Libby at mark.libby@usda.gov.
    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.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and debris to facilitate construction. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is estimated to be valued between $100,000 and $250,000, with a performance period expected to commence in June 2025 and conclude by September 2025. Interested contractors can direct inquiries to Alisha Knaub at alisha.knaub@usda.gov or by phone at 406-438-2981.
    Formerly Utilized Sites Remedial Action Program (FUSRAP) Hazardous Toxic Radioactive Waste (HTRW) Laboratory, Verification, Environmental Services - USACE St. Louis District
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Louis District, is seeking a qualified firm to provide ongoing support for the Formerly Utilized Sites Remedial Action Program (FUSRAP) related to Hazardous Toxic Radioactive Waste (HTRW) Laboratory, Verification, and Environmental Services. The procurement aims to ensure the effective management and remediation of hazardous waste sites, which is critical for environmental safety and compliance with federal regulations. Interested firms should note that the primary contact for this opportunity is Whitney Dee, who can be reached at whitney.r.dee@usace.army.mil or by phone at 314-331-8621, with a secondary contact being Angie Grimes at angie.l.grimes@usace.army.mil or 314-331-8965. Further details regarding the solicitation process and deadlines will be provided in the official solicitation documents.
    Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct site inspections of abandoned mine land at the Wichita Mountains National Wildlife Refuge in Oklahoma. The primary objective of this procurement is to assess potential hazardous substance releases at ten identified sites, ensuring compliance with federal environmental guidelines and determining risks to human health and the environment. This initiative is crucial for addressing contamination issues stemming from historical mining operations, thereby safeguarding ecological integrity and public health within protected areas. Quotations are due by October 11, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.
    FY25 Commercial Entrance Control Facility, Malmstrom Air Force Base, Montana
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Seattle District, is seeking interested contractors for the construction of a Commercial Entrance Control Facility at Malmstrom Air Force Base, Montana. This project, estimated to cost between $10 million and $25 million, involves the design and construction of a large vehicle inspection station, support buildings, and various security features, including vehicle barriers and surveillance systems. The opportunity is particularly aimed at small businesses, including those classified under the 8(a) program, Service-Disabled Veteran-Owned Small Businesses, and others, to ensure broad participation in federal contracting. Interested firms must submit their capabilities packages by October 14, 2024, and should be registered in the System for Award Management (SAM) to be eligible for future contracts. For further inquiries, contact Kyla Couch at kyla.m.couch@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil.
    Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a project to deliver and spread gravel at the Hanford Reach National Monument, with a focus on reinforcing roads around the Wahluke Pond for fire management purposes. Contractors are required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to spreading, with the work to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, emphasizing the government's commitment to environmental stewardship. Interested contractors must submit their proposals by October 11, 2024, with the project budget set at under $25,000; for further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide construction services valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    Z--CA-SD NWR COMPLX-BIRD DOTS INSTALLATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking contractors for the installation of Feather Friendly Symmetry film dots on approximately 2,092 square feet of exterior angled windows at the San Diego National Wildlife Refuge Complex. The primary objective of this project is to reduce bird strikes on windows, thereby promoting wildlife conservation efforts. Contractors will be responsible for providing all necessary equipment and personnel, while the government will supply the film; compliance with federal regulations and safety practices is mandatory throughout the project. Interested parties must submit their quotes by September 16, 2024, with the contract performance period scheduled from December 1, 2024, to March 1, 2025. For further inquiries, contractors can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.