Gravel for Sacramento NWRC
ID: 140FGA25Q0009Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, GAOAFalls Church, VA, 22041, USA

NAICS

Construction Sand and Gravel Mining (212321)

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 (FWS) is seeking quotations for the supply and delivery of gravel and riprap services at the Sacramento National Wildlife Refuge in California. The procurement includes a base requirement for 550 tons of ¾ AB gravel, 2,000 tons of 18” minus riprap/fractured rock, and 2,000 tons of 1 ½” AB gravel, with options for additional quantities to enhance water control structures and stabilize banks along the 26.2 Canal and Access Road. This initiative underscores the importance of maintaining environmental infrastructure and supporting wildlife habitats through the engagement of small business vendors, as the opportunity is set aside for small businesses under the Federal Acquisition Regulation. Quotations must be submitted by March 26, 2025, with a performance period of 30 days post-award, and interested parties can contact Justine Coleman at justine_pasiecnik@fws.gov or by phone at 413-253-8287 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the supply and delivery of various types of gravel and riprap to the Sacramento National Wildlife Refuge (NWR) in Willows, California. The scope includes a base requirement for 550 tons of ¾ AB gravel, 2,000 tons of 18” minus riprap/fractured rock, and 2,000 tons of 1 ½” AB gravel, with options for additional quantities. Deliveries are to be completed within 30 days of contract award, and subsequent deliveries will be made upon specific requests from the project manager. All materials supplied must conform to specified standards, including cleanliness and quality, and projects must be completed within designated working hours. The project aims to enhance water control structures and stabilize the bank along the 26.2 Canal and Access Road. The document emphasizes procurement integrity and proper management of delivery logistics, ensuring materials are delivered to correctly marked sites, with oversight by a U.S. Fish and Wildlife Service manager. This RFP illustrates a commitment to environmental infrastructure, engaging contractors in supporting safeguarding wildlife habitats.
    The document is a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service (FWS) for gravel and riprap services at the Sacramento National Wildlife Refuge. It covers the solicitation number 140FGA25Q0009 and is specifically set aside for small businesses under the Federal Acquisition Regulation (FAR). The RFQ outlines the necessary supplies, including quantities and delivery dates, and stipulates that all quotations must be submitted by March 26, 2025. The performance period is expected to be 30 days after the contract award, with potential option line items for additional supplies valid until September 1, 2025. Quoters must be registered in the System for Award Management (SAM) and provide pricing based on cost per ton, including delivery and placement. Additional clauses on compliance, technical acceptability, and disclosure of certain telecommunications equipment are also included. The RFQ aims to ensure that vendors meeting the technical standards at the lowest price will be awarded the contract. Overall, this RFQ reflects the government's commitment to engaging small business vendors while maintaining compliance with federal regulations throughout the contracting process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FL WELAKA NFH ROAD BASE MATERIAL FOR HATCHERYROADS
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide 2,800 tons of FDOT-certified Lime Rock Road Base materials for pothole repairs at the Welaka National Fish Hatchery in Florida. This procurement is a total small business set-aside under NAICS code 237310, focusing on highway, street, and bridge construction, with a performance period expected from March 24 to April 30, 2025. The materials are crucial for maintaining the integrity of transportation routes utilized by the hatchery, ensuring safe and efficient operations. Interested contractors must submit their proposals, including a signed SF 1449 form and proof of active registration in the System for Award Management (SAM), by March 14, 2025, and may direct inquiries to Contract Specialist Lee Ann Riley at leeriley@fws.gov by March 7, 2025.
    Idaho Custom Fish Feeding System Installation
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the installation of a custom-designed automated fish feeding system at the Clearwater Fish Hatchery in Ahsahka, Idaho. This project, designated under solicitation number 140FS125Q0043, is a total small business set-aside and aims to enhance fish propagation by accommodating 1.9 million Chinook salmon and 900,000 Steelhead through modern feeding technology. The installation will require the contractor to ensure proper positioning, power connections, and functionality of the system, adhering to safety regulations due to the proximity to water and live fish. Quotes are due by March 12, 2025, with site visit requests accepted until March 5, 2025; interested parties should contact Chelsea Devivo at chelseadevivo@fws.gov for further information.
    W--PR-VIEQUES NWR-/RVQ17-EQUIPRENTAL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the rental of heavy equipment to support the rehabilitation of RT015 Playa Grande Road and the Punta Conejo Parking area at Vieques National Wildlife Refuge in Puerto Rico. The project encompasses approximately 3.5 miles of roadway and 1,150 square yards of parking area, with a performance period scheduled from March 4, 2025, to July 3, 2025. This initiative is crucial for maintaining infrastructure within protected areas, reflecting the government's commitment to environmental preservation and community service. Interested small businesses must submit their proposals by 4:00 PM on March 3, 2025, and can direct inquiries to Keith Rose at keithrose@fws.gov or by phone at 612-713-5423, with an estimated contract value of $40 million.
    CA-LODI FWO-CLARK FORKLIFT ASSESSMENT
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the assessment and repair of a Clark Model GPS25MB Forklift located at the Lodi Fish and Wildlife Office. Contractors are required to provide all necessary labor, materials, and supervision to complete the repair, ensuring compliance with manufacturer guidelines, and will also be responsible for transporting the forklift to their repair facility. This procurement is crucial for maintaining essential equipment used in wildlife management operations, reflecting the government's commitment to sustainable procurement practices. Interested small businesses must register in SAM and adhere to specific government regulations, with the performance period set from March 6, 2025, to May 6, 2025; for further inquiries, contact Roger Lockhart at rogerlockhart@fws.gov or call 404-679-7124.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fredriley@fws.gov or call 413-253-8738.
    WI-IRON RIVER NFH - ICE PURCHASE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking a contractor to supply 45,360 pounds of chlorine-free ice for the Iron River National Fish Hatchery, with a focus on transporting lake and brook trout from April to June 2025. The procurement requires the ice to be delivered in a climate-controlled manner, ensuring that it does not melt and that the cubes remain separate, with specific delivery expectations including 18 pallets by April 28, 2025, and additional pallets as needed. This ice is critical for maintaining fish viability during transportation, reflecting the hatchery's operational needs. Interested parties must submit their quotations by March 3, 2025, and can contact Dana Arnold at danaarnold@fws.gov or 703-468-8289 for further information.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    MN-FWS ARD-FSHRS-BPA SET UP-REPAIR SRVC
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for the repair and maintenance of small watercraft, motors, and trailers, specifically for the Alpena Fish and Wildlife Conservation Office in Gibraltar, Michigan. The procurement aims to cover a range of services including preventative maintenance, metal fabrication, and repairs for Mercury and Suzuki motors, as well as trailer maintenance and towing services. This initiative is crucial for ensuring the operational efficiency of the USFWS's fleet, which supports wildlife conservation efforts. Interested vendors must submit detailed quotations, including pricing lists and relevant certifications, with a total obligation capped at $250,000 over a five-year period. For further inquiries, vendors can contact Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    VT-MISSISQUOI NWR-INVASIVE SPECIES CONTR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide invasive species remediation services at the Missisquoi National Wildlife Refuge in Vermont. The primary objective is to manage and control invasive plant species, such as Phragmites and European buckthorn, across approximately 17 acres to enhance habitat for migratory birds and restore ecological integrity. This initiative underscores the importance of effective environmental management practices, particularly in protected wildlife areas. Interested contractors must submit their quotations by March 12, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
    TX-UVALDE NFH-TILT OVER DECK TRAILER
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide a 21K tilt-over deck trailer for the Uvalde National Fish Hatchery in Texas. The procurement requires vendors to meet specific technical specifications, including a gross vehicle weight rating (GVWR) of 21,000 lbs, and to deliver the trailer within 90 days post-contract award to the designated location. This equipment is essential for the hatchery's operations, supporting the agency's mission to manage and conserve fish and wildlife resources. Interested parties must submit their quotations by March 14, 2025, and can direct inquiries to Mack Washington at mackwashington@fws.gov or by phone at 404-679-4033.