56--Sources Sought A-2-4 Selective Fill, Puerto Rico, Vieques NWR
ID: 140F0S25Q0019Type: Sources Sought
AwardedAug 8, 2025
$1M$1,025,059
AwardeeGIVING TREE CAPITAL, LLC 10272 NW 7TH ST Coral Springs FL 33071 USA
Award #:140F0S25P0010
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, OVER SAT G/SFalls Church, VA, 22041, USA

NAICS

Other Crushed and Broken Stone Mining and Quarrying (212319)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement and delivery of A-2-4 Selective Fill material and other road construction materials for the Vieques National Wildlife Refuge in Puerto Rico. The project requires vendors to transport materials to a barge location, ship them to Vieques, and haul them to designated stockpile locations, adhering to specific logistical requirements and compliance with the Jones Act. This procurement is crucial for the rehabilitation of road assets within the refuge, supporting environmental restoration efforts. Interested vendors must submit their proposals, including a sieve analysis of materials, by the specified deadlines, with the performance period set from July 28, 2025, to November 1, 2025. For inquiries, contact Robert Sung at robert_sung@fws.gov or call 503-872-2825.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work for procuring and delivering roadway surface materials for rehabilitating various roads at Vieques National Wildlife Refuge (NWR). The project encompasses multiple routes including Punta Arenas Rd, Puerto Ferro Peninsula Rd, Main Rd, Tres Palmitas Rd, La Plata Rd, and La Chiva Rd. Rehabilitation will involve the use of A-2-4 Selective Fill material and cold asphalt, with specific tonnage requirements for each roadway. The contractor must follow a lowest-bidder, technically acceptable proposal format, which mandates a detailed delivery schedule, a comprehensive pricing structure, and adherence to the Jones Act. Key considerations for the contractor include potential weather delays due to the hurricane season, the logistical complexities of transporting materials to the island via barge, and comprehensive invoicing for tracking purposes. The project is set to be completed within the period of performance from May 1, 2025, to September 30, 2025, focusing on appropriate adherence to safety and environmental standards while facilitating road improvements at the refuge.
    The document outlines a Statement of Work for the procurement and delivery of roadway surface materials necessary for the rehabilitation of road assets at Vieques National Wildlife Refuge (NWR). The contractor is required to provide a comprehensive quote that includes the anticipated number of delivery trucks per day, a delivery schedule aiming for completion by the end of the designated performance period, and an all-inclusive pricing structure covering transport to the barge, delivery to Vieques, and final hauling to the designated stockpile location. Key considerations include adherence to the hurricane season timeline, timely notification of delivery delays due to weather or other issues, and compliance with the Jones Act. The specific quantities of materials needed are detailed, including selective fill, cold asphalt, and Mongolla. The overall goal emphasizes the logistical challenges of transporting materials to Vieques, underscoring the importance of a well-coordinated delivery plan. This document aligns with federal procurement processes and serves to ensure transparency and efficiency in obtaining necessary construction materials for environmental restoration efforts.
    This document outlines a Request for Quote (RFQ) for procurement of road fill materials in Vieques, Puerto Rico. The solicitation (No. 140F0S25Q0019) specifically requests quotes for three items: A-2-4 Selective Fill material, Cold Asphalt, and Mongolla. It includes defined quantities, a total price calculation, and sets a deadline for project completion by November 1, 2025. The contract is firmly established under Federal Acquisition Regulations (FAR), targeting small businesses. Additionally, it emphasizes electronic invoicing and payment through the U.S. Treasury’s Invoice Processing Platform, mandating comprehensive documentation for payment requests. The document incorporates procedural guidelines, contractor performance assessment using the Contractor Performance Assessment Reporting System (CPARS), and details various compliance clauses applicable to federal contracts, ensuring adherence to federal standards and safeguards. The structured approach aims to foster an orderly bidding process while ensuring the transparency and integrity associated with government contracts, ultimately serving public infrastructure improvements.
    This document represents an amendment to solicitation 140F0S25Q0019, primarily concerning the Vieques National Wildlife Refuge (NWR). The amendment extends the response period for bids and corrects the solicitation posting title. Specifically, the period of performance is adjusted to span from July 28, 2025, to November 1, 2025. Contractors are required to acknowledge receipt of this amendment through one of several specified methods, and any changes to previously submitted offers must reference both the solicitation and this amendment. The document serves as a formal notification of modifications related to the contract/offer process, ensuring compliance with relevant federal acquisition regulations. All other terms and conditions from the initial solicitation remain unchanged and valid. This amendment reflects the government's commitment to maintaining transparency and adherence to procedural requirements in managing federal contracts.
    This document is an amendment to solicitation number 140F0S25Q0019, addressing modifications to a contract related to the Vieques National Wildlife Refuge. The amendment extends the response timeline for offers and provides answers to several contractor inquiries. Key points include the lack of agreements with the port authority regarding transportation logistics, necessitating contractor coordination for deliveries. The amendment specifies that dump trailers may not be suitable for the local roads, and only one checkpoint is required for deliveries outside normal hours, which requires local supervision. The document outlines important delivery and deposit site coordinates, and establishes a period of performance from July 28, 2025, to November 1, 2025. The intent of this amendment is to clarify the logistical issues and ensure smooth operations for contractors involved in the project, while adhering to specific guidelines and local conditions.
    The document is an amendment to a solicitation, specifically identified by the number 140F0S25Q0019, which pertains to a project involving the Vieques National Wildlife Refuge (NWR). The main purpose of this amendment is to modify the existing contract by adding a requirement for vendors to submit a sieve analysis of materials before receiving approval from the Fish and Wildlife Service (FWS) to begin delivery or shipment. The period of performance for this project is stated to be from July 28, 2025, to November 1, 2025. It is critical for contractors to acknowledge receipt of this amendment in a specified manner to avoid rejection of their offers. The document also outlines the procedural aspects concerning modifications and amends the solicitation in line with standard government practices related to contracts. As such, it serves to clarify project requirements and ensure compliance with federal contracting regulations.
    The document pertains to an amendment of Solicitation No. 140F0S25Q0019 for a project involving the Vieques National Wildlife Refuge. It includes instructions for contractors regarding the acknowledgment of receipt of the amendment, modifications to offers, and the necessity of specific tests for material analysis, particularly a sieve analysis in compliance with ASTM C136 standards. Questions raised regarding material shipping practices in Puerto Rico are addressed, indicating that quarries typically provide pricing by cubic meters while allowing for tonnage conversion. The period of performance for the project is from July 28, 2025, to November 1, 2025. The amendment outlines administrative changes and provides clarity on material requirements to ensure compliance with the solicitation's specifications, highlighting the importance of correctly measuring and pricing materials for the project's success. Overall, this amendment aims to ensure contractors are aware of updated requirements and operational parameters for bids related to the project.
    The document is a solicitation for government contracting, specifically a Request for Proposal (RFP) pertaining to various road construction projects under the jurisdiction of the U.S. Fish and Wildlife Service (FWS). The key elements include the solicitation number (140F0S25Q0019) and relevant project details, such as locations, timelines, and performance periods set between April 4, 2025, and June 1, 2026. The proposal encourages engagement from small businesses, including those that are service-disabled veteran-owned, HubZone, and economically disadvantaged. Instructions are provided for the submission of offers and invoices, specifying contact details for the contracting officer, Robert Sung. It outlines critical elements such as government payment structure, delivery requirements, and the open solicitation method. All project components must adhere to the Federal Acquisition Regulation (FAR), ensuring that government contracts are executed under established guidelines. The purpose of this RFP is to establish contracts for the maintenance and enhancement of specific roadways connected to wildlife service operations, thus supporting both transportation infrastructure and conservation efforts.
    Similar Opportunities
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    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.
    The delivery of approximately 8000 yds. of ¾ minus
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations for the delivery of approximately 8,000 cubic yards of ¾ minus crushed rock for the Malheur National Wildlife Refuge, located in Oregon. The crushed rock must comply with Oregon state specifications for Harney County gravel roads and is intended for use in maintaining the refuge's infrastructure. The delivery period is set from April 1, 2026, to June 30, 2026, and contractors are required to submit invoices electronically while adhering to various FAR clauses. Interested parties can contact Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387 for further details.
    MN Morris WMD - UTV with Two Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the procurement of a 6x6 Utility Task Vehicle (UTV) along with the trade-in of two existing vehicles, specifically a 2009 Argo Avenger and a 2016 Polaris Ranger, for the Morris Wetland Management District (WMD). The UTV must meet specific technical specifications, including features such as a roll-over protection system, enclosed cab with climate control, and a power-tilting bed, with proposals evaluated based on technical compliance, lead time, and pricing. This procurement is crucial for enhancing operational capabilities in wildlife management and habitat conservation efforts. Interested vendors must submit their proposals by January 8, 2026, at 2:00 PM ET, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    IN BIG OAKS NWR Indiana #53 Crushed Stone
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the procurement of Indiana 53 Crushed Stone for the Big Oaks National Wildlife Refuge located in Madison, Indiana. The selected vendor will provide the stone, which the Refuge will pick up using their own dump trucks, with quotes required to be submitted as a firm fixed price per ton, valid through June 1, 2026. This procurement is essential for the Refuge's operational needs, ensuring the availability of necessary gravel for various projects. Proposals must be submitted by December 18, 2025, at 1700 EST, and will be evaluated based on best value criteria, including specifications compliance, travel distance, past experience, and price. Interested vendors can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 240-381-7321 for further information.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    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.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.