POND WATER SUPPLY VALVE SERVICE - UMESC
ID: 140G0225Q0061Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUISITION GRANTS-DENVERDENVER, CO, 80225, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

UTILITIES- WATER (S114)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide services for the replacement of a pond water supply valve at the Upper Mississippi Environmental Sciences Center (UMESC) in La Crosse, Wisconsin. The project involves the installation of a new 8-inch butterfly valve, including a service gear drive actuator and extension stems, with a focus on using materials compatible with underground water flow and adhering to safety protocols in confined spaces. This procurement is crucial for maintaining the facility's operational integrity while minimizing disruptions to ongoing research activities. Interested small businesses must submit their proposals within ten days of notification, with the project expected to be completed within 60 days and a total budget of less than $25,000. For further inquiries, contractors can contact Travis Herberholz at therberholz@usgs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for the replacement of an 8” main water supply valve at the Upper Mississippi Environmental Sciences Center (UMESC). The existing valve is broken, necessitating the installation of a new butterfly valve with specific components, including a service gear drive actuator and extension stems. Contractors are required to submit detailed documentation with technical specifications, installation plans, and itemized equipment lists. Key work requirements entail using materials that are compatible with underground water flow, ensuring safety procedures are adhered to in confined spaces, and coordinating work schedules with facility staff to minimize disruptions. The project must be completed within 90 days post-award, and contractors need to provide a one-year warranty for the installed system. Additional considerations include the requirement for pre-approval of design drawings and compliance with security regulations. Overall, the RFQ emphasizes the importance of delivering a reliable and safe replacement system while ensuring minimal impact on ongoing research and facility operations at UMESC.
    The document outlines the U.S. Department of Labor's Davis-Bacon and Related Acts Weekly Certified Payroll Form, which is used by contractors and subcontractors working on federally funded construction projects. The form serves as a means to report and certify the payment of wages and fringe benefits to workers on such projects. Contractors are required to submit certified payroll on a weekly basis, adhering to the Copeland Act and DOL regulations that mandate accurate reporting of wages paid. The form collects detailed worker information, including hours worked, wage rates, and deductions, ensuring compliance with prevailing wage laws. Additionally, the document includes a certification statement that the information submitted is true, the workers were paid the prevailing wages, and proper records will be maintained. It also highlights the consequences of false certifications, which may lead to prosecution or debarment from future contracts. The purpose of this form is to ensure fair labor practices and adherence to federal wage regulations, thus safeguarding worker rights in federally funded construction projects.
    The document serves as a Statement and Acknowledgment form, primarily used in the context of federal contracting. It outlines the necessary information related to both prime contractors and subcontractors in a federal procurement scenario. Key elements include the identification of the prime contract and subcontract numbers, details about the parties involved, and acknowledgment of compliance with various labor standards and safety regulations, such as the Contract Work Hours and Safety Standards Act. It requires the prime contractor to confirm whether the relevant clauses are included, and mandates the subcontractor to acknowledge these clauses upon signing. The sections demand specific information, including names, addresses, project descriptions, and signatures from authorized representatives of both contractors, reinforcing accountability and regulatory adherence. Additionally, the document includes a Paperwork Reduction Act statement, indicating the requirement for an OMB control number, and seeks to minimize the administrative burden on respondents. This form is essential in ensuring proper documentation and compliance with federal contracting regulations in relation to RFPs and grants.
    The document outlines a Request for Quotation (RFQ) from the U.S. Geological Survey (USGS) for the replacement of a pond water supply valve, classified as a small business set-aside. It specifies that the project involves construction services at the Upper Midwest Environmental Science Center in La Crosse, WI, with a construction budget of less than $25,000. The work is expected to commence within ten days of notification and must be completed within 60 days. The RFQ provides detailed instructions on submitting proposals, including requirements for sustainability and environmental compliance in materials and operations. Key components include adherence to government regulations on procurement, inspection, and safety protocols. The document also outlines specific clauses regarding contractor responsibilities, accident reporting, invoicing, and contractor personnel security requirements. Ensuring quality inspections and compliance with environmental standards are emphasized throughout the contract terms, illustrating the government’s commitment to sustainability and safety in procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Guttenberg Ponds Rock Supply
    Dept Of Defense
    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.
    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.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    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.
    GNSS Receiver and Accessories IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide GNSS receivers and accessories in accordance with specified salients for the Pennsylvania Water Science Center. The procurement involves the delivery of brand-name or equal drafting, surveying, and mapping instruments, specifically Trimble GNSS receivers and controllers, to be completed within 30 days of the purchase order. This equipment is crucial for various scientific and environmental monitoring applications, enhancing the USGS's capabilities in data collection and analysis. Interested vendors must submit their quotes electronically by December 16, 2025, at 11:00 AM ES, and are encouraged to direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 15, 2025. Registration at SAM.gov is required for contract award eligibility.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.
    Rotary Screw Trap
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.