FACILITIES SUPPORT SERVICES
ID: 140G0325Q0044Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFFICE OF ACQUISITON GRANTSSACRAMENTO, CA, 95819, USA

NAICS

Facilities Support Services (561210)

PSC

OPERATION OF GOVERNMENT-OWNED GOVERNMENT-OPERATED (GOGO) R&D FACILITIES (M1HB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 12:00 AM UTC
Description

The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Facilities Maintenance Services, including HVAC and Building Control Systems, at the Western Fisheries Research Center in Seattle, WA. The procurement encompasses a base year of service with two optional renewal years, emphasizing the importance of maintaining operational efficiency in government-owned facilities. Interested contractors must submit their quotes electronically by April 30, 2025, and are required to adhere to the Service Contract Labor Standards Wage Determination, which mandates minimum wage rates and benefits for workers. For further inquiries, contact Elizabeth Adam at eadam@usgs.gov or (916) 278-9441.

Point(s) of Contact
Adam, Elizabeth
(916) 278-9441
(916) 278-9339
eadam@usgs.gov
Files
Title
Posted
Apr 10, 2025, 11:05 PM UTC
The document is a Request for Quotations (RFQ) issued by the U.S. Geological Survey (USGS) for Facilities Maintenance Services related to HVAC and Building Control Systems at the Western Fisheries Research Center in Seattle, WA. It outlines that the request is set aside for small businesses and details the submission requirements for quotes, including a site visit, deadline for questions, and mandatory document submissions. The period of performance is structured as a base year with two optional renewal years, and quotes will be evaluated based on technical expertise, experience, past performance, and price. The contractor must adhere to various federal regulations, including wage determinations and certifications regarding telecommunications equipment. The document emphasizes the importance of timely inspections and the requirement for contractors to procure liability insurance and ensure all staff complies with security protocols. Overall, the RFQ showcases the federal government’s structured approach to acquiring essential services while ensuring compliance with regulatory standards and promoting small business participation in government contracts.
Apr 10, 2025, 11:05 PM UTC
The document outlines Wage Determination No. 2015-5535 under the Service Contract Act, specifying minimum wage rates and fringe benefits for various occupations in King and Snohomish counties, Washington. It indicates that contracts established after January 30, 2022, must pay at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, can adhere to a minimum wage of $13.30 per hour, unless a higher rate is listed. The document details numerous occupations, with corresponding hourly wage rates and required fringe benefits, such as health and welfare benefits set at $5.36 per hour, vacation time, and paid holidays. Additionally, it informs contractors about compliance requirements, sick leave regulations under Executive Order 13706, and the conformance process for unlisted job classifications. This comprehensive wage determination serves to maintain fair labor standards for federal contracts and is pertinent for entities engaged in government RFPs and grant submissions, ensuring contractors understand and adhere to legal wage and benefit guidelines.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
41--NWHC CHILLER PURCHASE
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for the procurement and installation of two 170-ton chillers at its National Wildlife Health Center in Madison, WI. This project aims to enhance the cooling capabilities of the Tight Isolation Building (TIB) by providing redundant cooling systems, which are crucial for maintaining optimal environmental conditions for wildlife health research. Contractors will be responsible for all aspects of the project, including manufacturing, installation, site inspections, and thorough commissioning and testing of the chilled water system, ensuring compliance with project specifications and site conditions. The solicitation (140G0225R0012) is expected to be available around April 30, 2025, and interested parties can contact Philip Robinson at probinson@usgs.gov for further information.
UMESC WEST PARKING LOT REPAIR - MILLING
Buyer not available
The U.S. Geological Survey (USGS) is soliciting proposals from qualified small businesses for the milling, resurfacing, and re-striping of the West Visitors Parking Lot at the Upper Midwest Environmental Sciences Center in La Crosse, Wisconsin. The project involves approximately 37,000 square feet of work, including the removal and replacement of asphalt, surface milling, application of tack coats, and restriping, all to be completed within 60 days of the notice to proceed. This renovation is crucial for maintaining safe and functional parking facilities that support ongoing research activities at the center. Interested contractors must submit their proposals via email, with a project budget estimated between $100,000 and $250,000, and are required to adhere to federal labor standards and compliance regulations. For further inquiries, contact Karen La Bouff-Kind at klabouff-kind@usgs.gov or call 303-236-9315.
HVAC Replacement Alki Quarters A
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to replace the natural gas furnace at Alki Quarters A in Seattle, Washington. The contractor will be responsible for all aspects of the project, including personnel, equipment, and compliance with federal, state, and local regulations, ensuring the installation of a high-efficiency furnace that meets operational standards. This project is crucial for maintaining efficient heating solutions in government facilities, and it emphasizes the importance of safety and regulatory compliance throughout the process. Interested contractors must submit their quotes by May 7, 2025, and are encouraged to schedule a site visit by April 28, 2024, with all inquiries directed to Michelle Myhra at Michelle.M.Myhra2@uscg.mil.
S--JANITORIAL SERVICES FOR USGS CHARLESTON, SC FIELD
Buyer not available
The U.S. Geological Survey (USGS) is seeking a contractor to provide janitorial services for its Charleston Field Office located at Cape Romain Headquarters in Awendaw, South Carolina. The contract requires cleaning services to be performed twice a week on Tuesdays and Thursdays, covering various areas including offices, restrooms, and common spaces, with a focus on maintaining cleanliness and compliance with safety regulations. This procurement is significant for ensuring operational efficiency and public health standards within the facility, with a contract period spanning from May 1, 2025, to April 30, 2030, and the option for four additional years. Interested vendors must submit their quotes by April 28, 2025, to Susan Ruggles at sruggles@usgs.gov, and must be registered at https://www.sam.gov/ to be eligible for contract award.
CO-ROCKY MTN ARSENL NWR-GEOTHERMAL WELL REHABILITA
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for geothermal well rehabilitation services at the Rocky Mountain Arsenal National Wildlife Refuge in Commerce City, Colorado. The primary objective of this procurement is to repair identified leaks in the geothermal heating systems, which includes replacing flange gaskets and insulation, as well as flushing and recharging the system to ensure its operational integrity. This initiative is crucial for maintaining sustainable energy systems within the refuge, which plays a vital role in wildlife conservation efforts. Interested small businesses must submit their quotes by May 2, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further information.
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
S--FREDERICKSBURG GROUNDS MAINTENANCE
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking qualified contractors for ground maintenance services at the Fredericksburg Magnetic Observatory. The procurement aims to ensure the upkeep of approximately 15 acres of grounds, requiring tasks such as mowing, aeration, weed control, and debris removal, while adhering to federal, state, and local regulations. This contract is crucial for maintaining the aesthetic and functional integrity of the observatory grounds, supporting ongoing data collection activities, and promoting environmental stewardship. Interested vendors must submit their quotes via email to Kekila Keuma by April 18, 2025, with the contract period running from May 1, 2025, to April 30, 2027, and must comply with the Federal Acquisition Regulations (FAR) guidelines.
Z--CO-BROWNS PARK NWR-QUARTERS 2/3 HVAC
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking a licensed contractor for the installation of HVAC systems at Browns Park National Wildlife Refuge Quarters 2 and 3 in Maybell, Colorado. The project requires the contractor to provide all necessary labor, materials, and equipment for the installation of two mini-split HVAC units, including outdoor heat pumps and indoor wall units, along with comprehensive testing and training for government staff. This initiative is crucial for ensuring efficient climate control in government housing, reflecting the commitment to maintaining operational standards and environmental compliance. Interested contractors must acknowledge the amendment to the solicitation, with the new submission deadline set for May 21, 2025, and the performance period scheduled from June 1 to July 31, 2025. For further inquiries, contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
B--Seabird population and productivity data
Buyer not available
The U.S. Geological Survey (USGS) intends to award a purchase order to Fish Story LLC for the continued collection of seabird population and productivity data in Lower Cook Inlet, Alaska. This procurement aims to support long-term monitoring efforts, particularly in response to the impacts of the Pacific marine heatwave and seabird die-offs, which are critical for the conservation of migratory birds as mandated by the Department of the Interior. The project will involve conducting population counts of Common Murres and Black-legged Kittiwakes, retrieving geolocator tags, and compiling data into a summary report, with the performance period set from June 20 to September 30, 2025. Interested parties may submit capability statements or proposals via email to Tracy Huot at thuot@usgs.gov by April 25, 2025, at 5:00 PM PDT, as no competitive solicitation will be issued.
HVAC and Remediation Services - LA
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors to provide HVAC and remediation services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The project entails the installation of a new HVAC system, ductwork replacement, and comprehensive mold remediation, all in compliance with federal and state regulations. This initiative is crucial for maintaining healthy facilities and mitigating risks associated with HVAC failures and mold growth. Proposals are due by May 8, 2025, with a project budget estimated between $100,000 and $250,000, and interested parties should contact Christine Beauregard at ChristineBeauregard@fws.gov for further details.