LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
ID: 140FS326Q0013Type: Solicitation
Overview

Buyer

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

NAICS

Crushed and Broken Limestone Mining and Quarrying (212312)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement of limestone and rip rap rocks for the Welaka National Fish Hatchery in Florida. The contract requires the delivery of approximately 260 tons of rock materials, including 80 tons of rip rap rocks, 80 tons of #4 stone, and 100 tons of lime rock road base, which will be used for the construction of a nature trail at the hatchery. This opportunity is set aside for small businesses, with a firm-fixed-price structure, and quotes must be submitted via email by December 15, 2025, at 1700 EST. Interested contractors can reach out to Chantal Bashizi at chantal_bashizi@fws.gov or by phone at 703-358-1854 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quotation (RFQ) 140FS326Q0013, issued by FWS SAT Team 3, seeks bids for approximately 260 tons of lime/rip rap rock materials for the FWS Welaka National Fish Hatchery. This is a small business set-aside with a firm-fixed-price structure. The required materials include 80 tons of rip rap rocks, 80 tons of #4 stone, and 100 tons of lime rock road base, all to be stockpiled at the hatchery. Quotes, including Unique Entity Identifier (UEI) number, product description, price per ton, and total cost with shipping and handling, must be submitted via email by December 15, 2025, 1700 ES. The performance period is from December 9, 2025, to December 15, 2025.
    This government file outlines instructions for offerors, evaluation criteria, and contract terms for commercial products and services, emphasizing compliance with federal regulations and executive orders. Key evaluation factors include price, specification adherence, and past performance. The document details mandatory FAR clauses covering a wide range of topics such as business ethics, whistleblower protections, labor standards, anti-trafficking, and various prohibitions (e.g., on certain hardware/software, foreign purchases, and segregated facilities). It also specifies electronic invoicing via the IPP system and includes clauses for option to extend services/contract terms and availability of funds. The file ensures adherence to legal and ethical standards in government contracting.
    The United States Department of the Interior, FWS Welaka National Fish Hatchery, seeks a contractor to deliver rock materials for a nature trail. The contractor must supply and deliver 80 tons of rip rap, followed by 80 tons of #4 stone, and finally 100 tons of lime rock road base. All materials are to be delivered to a designated drop-off area across the street from 1011 County Road 309, Crescent City, FL 32112. The delivery schedule will be coordinated with the hatchery manager. This statement of work outlines the requirements for the rock material delivery to complete the Welaka NFH nature trail.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    IN BIG OAKS NWR Indiana #53 Crushed Stone
    Buyer not available
    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.
    Guttenberg Ponds Rock Supply
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contract for the supply and delivery of 2,000 tons of riprap materials to a designated stockpile location along the Upper Mississippi River in Wisconsin. This procurement aims to support ongoing construction and maintenance efforts in the area, highlighting the importance of reliable material supply for infrastructure projects. The solicitation is expected to be released in approximately two weeks and will be set aside for small businesses, with the contract being a Firm, Fixed-Price agreement. Interested contractors should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information, and must ensure they are registered in the System for Award Management (SAM) prior to award.
    W91237-26-Q-A004 Clendening Dam Rip Rap Supply
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the supply and delivery of 2,200 tons of ODOT Type D Limestone Rip Rap to Clendening Dam in Tippecanoe, Ohio. This contract is set aside for Women-Owned Small Businesses (WOSB) and requires adherence to Ohio Department of Transportation specifications, with a delivery schedule spanning from December 31, 2025, to January 31, 2026, allowing for a maximum of 1,000 tons to be delivered per day. The limestone rip rap is crucial for erosion control and structural integrity at the dam site. Interested vendors should reach out to Carrie McClung at carrie.e.mcclung@usace.army.mil or call 304-399-5291 for further details, and must review the solicitation documents available through the PIEE system for complete instructions and requirements.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Buyer not available
    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.
    Rock (Gravel and Ditch Liner)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to supply road rock (gravel) and ditch liner for delivery to designated training areas at Fort Riley, Kansas. The procurement aims to fulfill specific material requirements as outlined in the solicitation documents, ensuring that the training areas are adequately equipped for operational readiness. The materials are critical for maintaining infrastructure and supporting military training activities. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Shawn Stratton at shawn.c.stratton.civ@army.mil or by phone at 785-307-6851.
    Supply and Delivery of Fencing Material Ellicott
    Buyer not available
    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.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Buyer not available
    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.
    ME GREEN LAKE NFH CONVAULT TANK
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of an above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank on an existing concrete pad, and reconnection of supply lines and equipment for an emergency generator. This upgrade is crucial for maintaining safe and compliant operations at the hatchery, which will continue during the project, necessitating careful coordination with the hatchery's point of contact. Interested contractors should note that the estimated construction cost ranges from $25,000 to $100,000, with a firm-fixed-price contract anticipated to be awarded in July 2025. A site visit is scheduled for January 7, 2026, and all questions must be submitted by January 8, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    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.