F--IL-CRAB ORCHARD NWR-ASBESTOS ABATEMENT
ID: 140FC225Q0022Type: 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- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

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

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for asbestos abatement at the Fisheries Building located in Crab Orchard National Wildlife Refuge, Illinois. The project entails the removal of various asbestos-containing materials from the unoccupied building, with a performance period set to commence within ten days of the notice to proceed and concluding by September 30, 2025. This abatement is crucial for ensuring environmental safety and compliance with health regulations prior to the building's demolition. Interested contractors should note that the estimated cost for this project ranges between $25,000 and $100,000, and they can direct inquiries to Christa Garrigas at christa_garrigas@fws.gov or by phone at 325-261-4143. A site visit is scheduled for May 13, 2025, with questions due by May 14, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for asbestos abatement at the Fisheries Building in Marion, IL. The project involves the removal of various asbestos-containing materials, including hard plaster walls, floor tiles, blown-in insulation, transite siding, and roofing panels. The contractor is responsible for all labor, materials, and obtaining necessary permits, as the government will not provide any assistance in these areas. Safety protocols must be strictly followed, including OSHA compliance and the designation of a safety officer. The contractor must also submit all required documents, such as waste manifests and personnel certifications, within specified timeframes. Final inspection and warranty conditions are emphasized, ensuring compliance with all regulatory standards throughout the project. This RFP serves to establish clear expectations and requirements, ensuring that a certified and compliant abatement process is executed effectively, protecting both the workers and the environment during the hazardous material removal process.
    The document pertains to the Fisheries Building at Crab Orchard National Wildlife Refuge, with images taken on March 25, 2025. It likely serves as part of a federal initiative focusing on the conservation and management of fisheries within the refuge. The central purpose may involve evaluating current facilities, planning renovations, or enhancing operational capabilities to support wildlife management and ecological health. The inclusion of photographs suggests documentation of existing conditions, potentially aiding in grant applications or RFP responses aimed at securing funding for improvements. This initiative underscores the government's commitment to preserving natural resources while ensuring infrastructure adequacy for effective fisheries management.
    The document serves as a notification form for the demolition or renovation of facilities containing asbestos, specifically under Illinois regulations. It outlines essential information about the project, including facility details, contact information for owners and contractors, and description of the demolition or renovation work. The form requires disclosure of the presence of asbestos, methods of abatement, and ensures compliance with various state and local health and environmental authorities, including the Illinois Environmental Protection Agency (IEPA) and the Department of Public Health (IDPH). Key points within the document include requirements for notification timelines, necessary fees for submissions, specific data on asbestos quantities to be removed, and identification numbers for involved professionals. It also emphasizes the importance of adhering to regulations regarding unexpected asbestos findings during projects. The comprehensive nature of the form demonstrates the government’s commitment to ensuring public safety and health standards while managing hazardous materials during construction activities. Furthermore, the requirement for trained personnel on-site underscores the critical measure for mitigating risks associated with asbestos exposure during renovation or demolition operations.
    The Preconstruction Safety Checklist outlines essential safety and health measures mandated by the Fish and Wildlife Service (FWS) for contractors engaged in construction projects. It emphasizes the contractor's responsibility for maintaining safety throughout the project via compliance with OSHA regulations and the development of a comprehensive Safety Plan. The checklist includes items concerning emergency response, environmental controls, employee training, and equipment safety standards. Key areas of focus include hazard identification, personal protective equipment, and adherence to specific safety standards for various construction activities, such as scaffolding and excavation. Additionally, there is a strong emphasis on proper housekeeping practices, including waste management and safety sign postings in construction areas. The document serves as a guide to ensure that contractors systematically address safety concerns, safeguarding employees and the public during construction operations. Ultimately, the checklist aims to reinforce safety accountability and regulatory compliance in government-funded construction projects.
    The document appears to be an extensive and complex collection of largely unreadable data, possibly due to encoding issues, which makes traditional summarization challenging. However, based on visible patterns and context cues, it seems to involve federal and local government RFPs (Requests for Proposals) and grants. These documents typically outline funding opportunities for projects that align with governmental priorities, including public service improvements, infrastructure support, and emergency management services. Key ideas reflect essential topics, which could include instructions for applying to grants, eligibility requirements, project objectives, and timelines for submission. Notably, there seems to be emphasis on compliance with regulatory standards, budget constraints, and the necessity for detailed project proposals. The document may also highlight safety and compliance measures integral to public sector projects. In summary, despite the document’s challenges in legibility, it is clear that it serves as guidance on how to navigate opportunities within governmental funding frameworks, underscoring the importance of adhering to necessary protocols and procedures for project selection and funding allocation.
    The document outlines Amendment 0001 to solicitation 140FC225Q0022, related to asbestos abatement at the Crab Orchard National Wildlife Refuge's Fisheries Building. This amendment primarily adds attic pictures to the solicitation documentation. The abatement project is necessary to safely demolish an unoccupied building, with an estimated construction cost between $25,000 and $100,000. A site visit is scheduled for May 13, 2025, at 10 AM CST, where interested contractors can assess the site. Questions regarding the project must be submitted via email by May 14, 2025. The performance period for the proposed work is from June 2, 2025, to September 30, 2025. Acknowledgment of this amendment must be submitted by various methods specified, and failure to comply may result in rejection of offers. Overall, the amendment ensures potential bidders have the necessary visual documentation to inform their proposals while maintaining all existing contract terms and conditions.
    The document outlines a federal solicitation for the asbestos abatement of the Fisheries Building at Crab Orchard National Wildlife Refuge, designated as Solicitation No. 140FC225Q0022. The project requires contractors to remove asbestos from the building, which is unoccupied and scheduled for demolition. Contractors are required to commence work within ten calendar days of receiving the notice to proceed and complete the project by September 30, 2025, with a performance period lasting approximately four months. The estimated cost range for this construction project is between $25,000 and $100,000. In addition to the Statement of Work, the solicitation includes comprehensive details on mandatory requirements, bidding procedures, performance bonds, and additional compliance clauses related to federal regulations, including the Buy American Act. A site visit for potential bidders is scheduled, and all questions must be submitted via email by a specified date. This solicitation underscores the government’s commitment to ensure safe practices during the abatement of hazardous materials, emphasizing environmental standards and regulatory compliance in federal contracting processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y1DA--528A6-26-611 Abate Asbestos Pipe Insulation - B76
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide abatement and demolition services for asbestos pipe insulation at the Buffalo Veterans Affairs Medical Center (VAMC) located at 3495 Bailey Ave, Buffalo, NY. The project requires the contractor to complete the work within 21 days of award, including the demolition of approximately 330 square feet of plaster ceiling and the abatement of various asbestos-containing materials in compliance with federal and state regulations. This procurement is critical for maintaining a safe healthcare environment, as it addresses hazardous materials that could pose health risks to patients and staff. Interested contractors must contact Devan Bertch at Devan.Bertch@va.gov for further details and to ensure compliance with all necessary certifications and regulations.
    Fish Barrier Admin Wing and Bathroom Remodel
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Chicago District, is seeking qualified vendors to remodel and upgrade the administrative wing and bathrooms at the fish barrier located in Lockport, Illinois. The project includes tasks such as painting walls, installing floor and wall tiles, toilet partitions, and a vanity. This procurement is crucial for maintaining the facility's operational standards and ensuring a functional workspace for personnel. Interested small businesses must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by 1:00 PM Central Time on December 22, 2025, with an estimated award date in January 2026. For inquiries, vendors can contact James Parizek at james.p.parizek@usace.army.mil or 312-846-5585.
    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.
    183 CES Demolish Buildings 12 & 13
    Buyer not available
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking qualified contractors for the demolition of Buildings 12 and 13 located in Springfield, Illinois. The project requires the contractor to provide all necessary labor, materials, tools, and supervision to safely demolish the structures, including the abatement of hazardous materials and site restoration to meet current codes and Department of Air Force Instruction requirements. This contract is set aside 100% for small businesses, with an estimated value between $250,000 and $500,000, and is expected to be awarded in mid-March 2025 following a pre-bid conference in February. Interested contractors should contact Alicia C. Braun at Alicia.Braun@us.af.mil or 217-757-1265 for further details and ensure they are registered in SAM.gov to access the solicitation documents.
    F--Invasive Species Treatment at Coldwater River NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the Invasive Species Treatment at Coldwater River National Wildlife Refuge in Grenada, Mississippi. The project involves the removal of invasive Chinese tallow trees across a 56-acre area, with a goal of achieving a 95% control rate within four to six months post-treatment, utilizing approved herbicides and adhering to environmental protection guidelines. This small business set-aside contract, with an estimated performance period from January 5, 2026, to September 30, 2026, emphasizes technical and past performance in its evaluation criteria, with quotes due by December 22, 2025. Interested parties should contact Contract Specialist Fred Riley at fredriley@fws.gov for further details and ensure they acknowledge the solicitation amendment by the specified deadline.
    F--Invasive Species Control, Missisquo NWR, VT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for invasive species control at the Missisquoi National Wildlife Refuge in Swanton, Vermont. The project aims to eradicate invasive plant species across approximately 41 acres of grasslands, with a performance period scheduled from July 1 to July 20, 2026. This initiative is crucial for improving habitat for nesting birds and ensuring environmental sustainability. Interested small businesses must submit their quotes by December 8, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    AK SAIC ANCHORAGE HYDRATION STATION
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the selected contractor to provide all necessary labor, materials, tools, and equipment, ensuring compliance with local building codes and federal regulations, including environmental and historical preservation standards. This installation is crucial for enhancing operational efficiency and ensuring the well-being of personnel at the facility. The total construction cost is estimated to be less than $25,000, with a completion deadline set for December 31, 2025. Interested contractors can reach out to Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792 for further details.
    N--MI DETROIT RIVER INTERNATIONAL WILDLIFE REFUGE - B
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the provision of bunkhouse furniture for the Michigan Detroit River International Wildlife Refuge. The procurement includes a variety of furniture items such as Twin XL storage beds, small dressers, and dining tables, which are essential for accommodating visitors and staff at the refuge. This contract is significant for enhancing the comfort and functionality of the refuge's facilities, thereby supporting its mission of wildlife conservation and public engagement. Interested vendors must submit their proposals by December 12, 2025, at 10:00 AM Eastern Time, and can direct inquiries to Dana Arnold at danaarnold@fws.gov.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project entails comprehensive maintenance and repair work, including the restoration of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This facility is crucial for the operational readiness of the Coast Guard, emphasizing the importance of maintaining safe and functional infrastructure. Interested small businesses must submit their bids by December 17, 2025, and direct any inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, with the project budget estimated between $1 million and $5 million.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.