F--IL-CRAB ORCHARD NWR-ASBESTOS ABATEMENT
ID: 140FC225Q0022Type: Solicitation
AwardedMay 29, 2025
$75.5K$75,500
AwardeeREDD EXCAVATION LLC 10888 FOX HUNTERS RD Benton IL 62812 USA
Award #:140FC225P0048
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
    Similar Opportunities
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    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.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Fish Barrier Admin Wing and Bathroom Remodel
    Dept Of Defense
    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
    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.
    183 CES Demolish Buildings 12 & 13
    Dept Of Defense
    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.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    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 involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.