AL-EUFAULA NWR-A4EF0-WATER CONTROL STRUC
ID: 140FS324Q0220Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Aluminum Sheet, Plate, and Foil Manufacturing (331315)

PSC

PIPE, TUBE AND RIGID TUBING (4710)

Set Aside

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

    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide materials for water control structures at the Eufaula National Wildlife Refuge in Alabama, under solicitation number 140FS324Q0220. The procurement aims to acquire aluminum components and related materials necessary for various flood control projects, emphasizing the need for technical expertise and a solid management plan from bidders. These materials are crucial for effective flood management and environmental conservation efforts within the refuge. Interested contractors must submit their proposals by September 25, 2024, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Keith Rose at keith_rose@fws.gov or call 612-713-5423.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for aluminum flood control structures, specifically detailing the needed components for multiple projects labeled "Winter Loop," "Silo Levee," "Upland Unit Height Extension," and "Upland Unit Drain Structure." Each section specifies various components including aluminum pipes, flashboard risers, stop logs, gaskets, and stainless mounting hardware, noting the quantities required for each item. General specifications are provided, indicating materials such as minimum 14 gauge aluminum for pipes, 3/16-inch aluminum for structural support, and stainless steel for hardware. The flashboards must be specifically sized for compatibility with existing infrastructure, with a preference for slotted designs. This document serves as a technical guide for potential contractors responding to government Requests for Proposals (RFPs) or seeking grants, clearly delineating the materials and dimensions required for successful bids, ensuring compliance with federal and state standards in flood management projects.
    The document outlines the Request for Quote (RFQ) for "Water Control Structures Materials" for the U.S. Fish and Wildlife Service (USFWS) at Eufaula National Wildlife Refuge in Alabama. It specifies solicitation number 140FS324Q0220 with a submission deadline of September 25, 2024. This RFQ aims to procure commercial items under FAR guidelines as a small business set-aside. Key requirements include technical experience and capacity in water control structure projects, a comprehensive management plan addressing key personnel, and references demonstrating past performance in similar work. Offerors must submit a completed SF 1449 form, company details, evidence of technical capabilities, and pricing quotes, with an evaluation heavily based on technical merits rather than price alone. Additionally, the document emphasizes that offerors must be registered in the System for Award Management (SAM) for eligibility, highlighting compliance with federal regulations and solicitation provisions. It mandates electronic invoicing via the U.S. Department of the Treasury's Invoice Processing Platform for payments once awarded, underlining the importance of procedural transparency and contractor accountability. Overall, the RFQ reflects the USFWS's framework for acquiring essential materials while promoting small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    UT-BEAR RIV MR RFG-PAVILION SHADE STRUCTURE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the construction of a steel pavilion/shade structure measuring 30' x 32' x 11'4" at the Bear River Migratory Bird Refuge in Brigham, Utah. This procurement is a total small business set-aside, requiring contractors to demonstrate a minimum of 20 years of experience in fabricating tubular steel shade structures and to provide detailed technical submissions, including shop drawings, prior to the bid opening. The contract will be awarded on a firm-fixed-price basis, focusing on the lowest price that meets technical acceptability requirements, with an anticipated performance period of 120 days from the award date. Interested vendors must register as active vendors on SAM.gov and direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov.
    F--WA-MID-COLUMBIA RIV NWR-FLOWERING RUSH D
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the survey and removal of invasive flowering rush on 10 acres at the Columbia River National Wildlife Refuge, with the potential for additional acreage depending on funding. The primary objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by providing all necessary labor and materials while ensuring compliance with safety regulations. This contract is a total small business set-aside, with quotes due by September 19, 2024, and a performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit their quotes to Oscar Orozco at oscarorozco@fws.gov, adhering to the specified deadlines and requirements outlined in the solicitation documents.
    OR-WATER RB-WATER RIGHTS IMPROVEMENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the "OR-WATER RB-WATER RIGHTS IMPROVEMENT" project, aimed at enhancing water rights at the Leavenworth National Fish Hatchery. This Request for Quotation (RFQ) seeks small businesses to assist in obtaining necessary water rights permits and implementing improvements to ensure sustainable water use for fish propagation. The project is critical for habitat conservation, as it involves preparing and processing water right change applications while adhering to state and federal environmental regulations. Interested vendors must submit their quotes by September 25, 2024, with a performance period of 15 months post-award, and can direct inquiries to Oscar Orozco at oscarorozco@fws.gov.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, measuring approximately 54' x 110', with specific engineering requirements for snow and wind loads. This initiative aims to enhance the facility's operational capacity and support fish stocking programs, reflecting the government's commitment to environmental conservation. Interested contractors must submit proposals by September 26, 2024, and are encouraged to attend a site visit on September 9, 2024; inquiries can be directed to Nicole Johnson at nicolecjohnson@fws.gov.
    Z--Trail, Boardwalk and Bridge Repairs at Quivira NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for the rehabilitation of trails, boardwalks, and bridges at the Quivira National Wildlife Refuge in Stafford, Kansas, under Solicitation Number 140FGA24R0002. The project aims to enhance outdoor recreational infrastructure, with a focus on improving accessibility and ecological integrity through the replacement and repair of existing structures. This initiative is part of the Great American Outdoors Act, reflecting the federal commitment to maintaining natural habitats while promoting safe public access. Interested contractors must submit their proposals via email by October 11, 2024, with a project magnitude estimated between $500,000 and $1,000,000 and a performance period from October 1, 2024, to March 30, 2025. For further inquiries, contact Justine Coleman at justinepasiecnik@fws.gov or call 413-253-8287.
    C--BOSQUE DEL APACHE NWR A&E DESIGN
    Active
    Interior, Department Of The
    The United States Fish and Wildlife Service (USFWS) is seeking qualified architect-engineer firms to provide professional services for the design and preparation of construction plans and specifications for the renovation and modernization of the Headquarters, Visitor Center, and Maintenance Facilities at the Bosque del Apache National Wildlife Refuge in New Mexico. The project, estimated at $16.6 million, aims to consolidate and improve infrastructure through demolition, reconstruction, and renovation, with a focus on achieving LEED Silver certification and incorporating sustainable practices. Interested firms must register with the System for Award Management (SAM) and submit their qualifications using the Standard Form (SF) 330 by September 25, 2024, with the selection process emphasizing professional qualifications, specialized experience, and local knowledge. For further inquiries, potential offerors can contact Ian Young at ianayoung@fws.gov or by phone at 612-713-5214.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona in 2022. The project requires comprehensive construction services, including mold detection, repairs to exterior and interior walls, storm shutter restoration, and the replacement of a propane tank storage structure, with a project magnitude estimated between $250,000 and $500,000. This rehabilitation is crucial for maintaining the integrity of infrastructure within the wildlife refuge, ensuring compliance with federal environmental and safety standards. Interested contractors must submit their proposals electronically by October 15, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further details.
    WA-WILLAPA NWR-AERIAL HERBICIDE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from small businesses for an aerial herbicide application project aimed at controlling invasive plant species at Leadbetter Point within the Willapa National Wildlife Refuge in Washington. The project involves treating approximately 130 acres of land dominated by non-native plants, specifically Scotch broom, gorse, and Ammophila beachgrass, as part of a broader habitat restoration initiative to support native species such as the streaked horned lark and snowy plover. Contractors will be responsible for providing the necessary equipment and labor for herbicide application, while the USFWS will supply the herbicides and oversee project coordination. Quotations are due by September 23, 2024, and interested parties must be registered as active vendors in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    C--HI MIDWAY ATOLL NWR OWNER'S REP
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for architectural engineering services as an Owner's Representative for the Midway Atoll National Wildlife Refuge in Hawaii. The project aims to enhance or construct protective features for the inner harbor and repair the seawall, emphasizing the federal government's commitment to environmental protection and infrastructure maintenance within wildlife refuges. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on their technical approach, past performance, and capabilities. The detailed solicitation package will be available on SAM.gov on September 18, 2024, and inquiries should be directed to JoAnn Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    Construction Services - Fish River and Weeks Bay Marsh Restoration
    Active
    Commerce, Department Of
    Presolicitation Notice: Construction Services - Fish River and Weeks Bay Marsh Restoration The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is planning to solicit and award a contract for the construction of the Fish River and Weeks Bay Marsh Restoration project. This project is located in Baldwin County, Alabama on Fish River at the Weeks Bay National Estuarine Research Reserve property north of US Highway 98. The Fish River and Weeks Bay Marsh Restoration project is an environmental restoration project that aims to degrade borrow areas and place material within previously dredged canals. The material used for filling the canals will be obtained from within the project construction site. The project consists of three main components: Base Bid-Fill Areas 1&2: This includes on-site excavation and placement of approximately 16,947 cubic yards of clayey-sand fill within two of the previously dredged canals. Other work includes mobilization/demobilization, surveying, clearing and grubbing, debris removal and disposal off-site, erosion and turbidity control measures, and special construction signage. Bid Alternative Number 1-Fill Area 3: This involves on-site excavation and placement of approximately 1,003 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes mobilization/demobilization, surveying, clearing and grubbing, canal fill, and erosion and turbidity control measures. Bid Alternative Number 2-Fill Area 2 Expansion Area: This includes on-site excavation and placement of approximately 1,580 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes surveying, canal fill, and erosion and turbidity control measures. The estimated period of performance for the completion of the project is 140 calendar days for the Base Bid-Fill Areas 1&2, with an additional 30 calendar days for Bid Alternative Number 1-Fill Area 3 if exercised, and an additional 10 calendar days for Bid Alternative Number 2-Fill Area 2 Expansion Area if exercised. To be eligible for award, the resultant solicitation will require the Offeror to provide documentation proving residency, headquarters, or principal engagement as a business in the State of Alabama or a Gulf Coast state. The Offeror must also certify that at least twenty percent (20%) of the total labor costs under the contract will be performed by its own employees. Additionally, a list of proposed equipment to be used on the project must be provided, and the awardee will be required to perform with the same or technically equivalent equipment post-award. The anticipated solicitation issuance date is on or about April 5, 2024, with the estimated proposal due date on or about May 6, 2024. The official solicitation number 1305M324B0001 will be issued under SAM.gov. For more information, please contact Grace Parker at grace.parker@noaa.gov or Nick Brown at nicholas.g.brown@noaa.gov.