56--Nungaray National Wildlife Refuge - Limestone Road
ID: 140FC325Q0016Type: Solicitation
AwardedJun 10, 2025
$252.9K$252,899
AwardeeAMERICAN CLASSIC CONSTRUCTION INC. 21621 HEATHER LEE LN Chatsworth CA 91311 USA
Award #:140FC325C0019
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS CONSTRUCTION & A/E - BIL/DISASTERFalls Church, VA, 22041, USA

NAICS

Crushed and Broken Limestone Mining and Quarrying (212312)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

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

    The U.S. Fish and Wildlife Service is soliciting quotes for the procurement and delivery of 5,060 tons of Grade A limestone road base to the Jocelyn Nungaray National Wildlife Refuge, aimed at repairing and maintaining refuge roads. The limestone will be delivered using belly dump trailers, with strict adherence to environmental protection guidelines and delivery schedules from September 1 to December 31, 2025. This procurement is significant for maintaining the infrastructure of the wildlife refuge, ensuring safe access for conservation efforts. Interested small business vendors must submit their quotations by May 15, 2025, and can direct inquiries to Tariq Malveaux at tariq_malveaux@fws.gov or by phone at 703-629-2655.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service is soliciting quotes for the purchase of materials for an Airboat and Trailer to be used at the Jocelyn Nungaray National Wildlife Refuge, under Solicitation No. 140FC325Q0016. This request is specifically designated as a TOTAL SMALL BUSINESS SET ASIDE, allowing only responsible small business entities to submit bids, with awards based on price. The period of performance for the contract is expected from September 1, 2025, to December 31, 2025. Quotes must be submitted by May 15, 2025, with all inquiries directed through email. Respondents must register as active vendors on the System for Award Management (SAM) to be considered. Additional clauses and provisions, including compliance with various FAR regulations regarding telecommunications and contracting practices, are incorporated into the solicitation. The overall goal of this solicitation is to secure necessary materials while adhering to federal guidelines on small business participation and security standards, emphasizing transparency and due diligence in contractor engagements.
    The document presents a map of the Anahuac National Wildlife Refuge, emphasizing its geographical location and notable features. The map includes a legend identifying key points, such as the wildlife refuge and nearby landmarks. It is designed for informational purposes, possibly in response to a federal or state request for proposal (RFP) related to environmental management, conservation efforts, or land use planning. The inclusion of imagery from Google and Airbus, along with attributions to the U.S. Fish and Wildlife Service, suggests collaborative efforts to enhance public awareness and support for wildlife conservation initiatives. Overall, the map serves as a visual tool to facilitate discussions regarding accessibility, environmental protection, and the significance of the refuge within local ecosystems.
    The document addresses various clarifications for a government Request for Proposal (RFP) concerning the delivery of rock materials to an unspecified worksite within a refuge area. Key points include the requirement that deliveries must utilize belly dump trucks exclusively and that no address is provided for the worksite, though a map indicates delivery boundaries. Contractors requested clarification on delivery logistics, including potential rescheduling of deliveries due to adverse weather, which is permitted with negotiation. It confirms that standard commercial scale tickets will suffice for invoicing. The anticipated timeline for contract award follows a submission deadline on May 15th, with an expected award by June 6, 2025. No special credentials are needed for truck drivers entering the site, and invoicing will occur through the Invoice Processing Platform (IPP) on a monthly basis. This document serves as a crucial communication piece for prospective bidders, outlining specific operational requirements and logistical details essential for compliance with the RFP's terms.
    The document outlines an amendment to solicitation number 140FC325Q0016, issued by the FWS Construction A/E Team in Falls Church, VA. The amendment requires contractors to acknowledge receipt before the specified deadline to avoid rejection of their offers. It clarifies that changes to previously submitted offers can be made through a formal letter or electronic communication. The amendment also determines that the period of performance will extend from September 1, 2025, to December 31, 2025. Furthermore, it addresses submitted Requests for Information (RFI), provides a job site map, and includes a tax exemption form. The document emphasizes the importance of adherence to the amendment's instructions and timelines to ensure compliance and the continuation of contract processes, reflecting standard procedures in federal procurement practices. Overall, it serves to communicate administrative changes and beneficial updates related to the solicitation process.
    The document presents a Request for Quotations (RFQ) from the U.S. government, specifically from the Fish and Wildlife Service (FWS), for the procurement of 5,060 tons of limestone road base. Issued on April 24, 2025, the RFQ specifies a delivery deadline of December 31, 2025, and outlines the period of performance from September 1, 2025, to December 31, 2025. It instructs potential quoters to submit their quotations to the designated office by the close of business on May 15, 2025. The document clarifies that the RFQ is not a binding offer, emphasizing that responses are not offers, nor does it commit the government to pay costs incurred by quoters. Additionally, this RFQ is identified as a small business set-aside. Interested vendors are also informed of the need to complete any attached certifications and representations. Overall, the purpose of this RFQ is to solicit competitive quotations for necessary construction materials, in alignment with government procurement protocols.
    The Jocelyn Nungaray National Wildlife Refuge has issued an RFP for the delivery of 5,060 tons (maximum) of Grade A limestone road base to be used for repairing and maintaining refuge roads. Deliveries are scheduled from September 1 to December 31, 2025, and must occur during specified hours on weekdays. The limestone will be delivered using belly dump trailers, with stringent requirements for load weight tickets from certified scales, as loads arriving without these tickets will be rejected. The contractor must coordinate the timing and number of deliveries with refuge management in advance and is responsible for environmental protection during delivery operations. Turnaround locations for delivery trucks will be designated by onsite Fish and Wildlife Service (FWS) personnel to prevent damage to the environment. Acceptance of the delivery is contingent upon adherence to these guidelines. This document reflects the federal government's structured approach to procurement, ensuring compliance with environmental standards and efficient resource management.
    The document outlines the United States Tax Exemption Form (Standard Form 1094), which is used to certify the government's exemption from state or local taxes for certain purchases related to government operations. Key points on the form include the necessity for accurate information regarding the vendor, purchase details, and item descriptions for items intended for exclusive government use. It emphasizes that this form cannot be used for employee travel expenses or purchases subject only to federal taxes. Additionally, it notes that if required information exceeds the provided space, a separate statement may be attached. Each form must be numbered and related to payment vouchers, reinforcing its official nature. The fraudulent use of this form is strictly prohibited. This form plays a critical role in tax exemption procedures applicable to government RFPs and contracts, ensuring compliance and validating exceptions.
    Similar Opportunities
    IN BIG OAKS NWR Indiana #53 Crushed Stone
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the procurement of Indiana 53 Crushed Stone for the Big Oaks National Wildlife Refuge located in Madison, Indiana. The selected vendor will provide the stone, which the Refuge will pick up using their own dump trucks, with quotes required to be submitted as a firm fixed price per ton, valid through June 1, 2026. This procurement is essential for the Refuge's operational needs, ensuring the availability of necessary gravel for various projects. Proposals must be submitted by December 18, 2025, at 1700 EST, and will be evaluated based on best value criteria, including specifications compliance, travel distance, past experience, and price. Interested vendors can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 240-381-7321 for further information.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    MN Litchfield WMD - UTV with Trade-in
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger as part of their operations at the Litchfield Wetland Management District (WMD). The UTV must meet specific requirements, including a 950 cc/65 HP engine, automatic transmission, and features suitable for safe operation in cold weather, such as power steering and a full cab with heating. This procurement is critical for enhancing operational efficiency in wildlife management activities, with quotes due by January 7, 2026, at 2:00 PM ET, and submissions should be directed to Dana Arnold at danaarnold@fws.gov. The contract will be awarded based on best value, considering both technical specifications and pricing, with the contractor responsible for delivery to the specified location in Litchfield, MN.
    1240BE25Q0089_Aggregate Supply_Notice of Intent to Award Single Source
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, intends to award a single-source contract to Knife River, Inc. for the supply of 8,250 tons of Commercial Grade (Reject) Aggregate. This procurement aims to furnish aggregate materials on an as-needed basis from February 1, 2026, to November 30, 2026, with the materials to be loaded into Forest Service dump trucks at the supplier's location in Central Oregon. The aggregate is critical for various construction and maintenance projects within the Deschutes National Forest and surrounding areas, ensuring compliance with specific quality standards, including a requirement for no less than 16% passing the 200 Sieve. Interested vendors must submit their quotations by September 22, 2025, at 2 PM PST, via email to Karen Weaver at karen.weaver@usda.gov, and must have an active registration in the System for Award Management (SAM).
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    49--NV-AMARGOSA PFISH RCH STA-WTR TRUCK REPA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking a contractor for the repair of a water truck at the Amargosa Pupfish Research Station in Amargosa Valley, Nevada. The project involves comprehensive repairs on a 2009 Freightliner water truck, addressing various mechanical issues such as fault codes, oil leaks, fuel system problems, and more, with a requirement for completion within 30 days of contract award. This procurement is critical for maintaining operational efficiency at the research station, ensuring reliable transportation for water resources. Interested small businesses must submit their quotes by September 18, 2025, at 5 PM ET, and are required to acknowledge receipt of the solicitation amendment by December 16, 2025, to be considered for the contract. For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    SAGU GRADER PURCHASE
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotes for the purchase of a road grader for Saguaro National Park (SAGU) in Arizona under solicitation number 140P1526Q0006. This procurement is a total small business set-aside, requiring offerors to provide a firm-fixed-price quote along with detailed product specifications and references for similar projects completed in the past five years. The road grader is essential for maintaining park roads and ensuring accessibility for visitors and maintenance operations. Quotes are due by January 8, 2026, at 23:00 PM ET, and interested parties should submit their proposals via email to Dennis Zoltak at denniszoltak@nps.gov.
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for installation on a Volvo EC140E Excavator at the William L. Finley National Wildlife Refuge in Corvallis, Oregon. The procurement is a total small business set-aside, requiring the grapple to meet specific salient characteristics, including hydraulic pressure, flow rate, and compatibility with a quick coupler, with delivery expected within 90 days of contract award. This equipment is crucial for forestry, logging, and land-clearing operations, supporting the refuge's environmental management efforts. Quotes are due by December 22, 2025, and interested parties must contact Marshall Richard via email at marshallrichard@fws.gov to ensure compliance with submission requirements and to confirm registration with SAM.gov.