NV-ASH MEADOWS NWR-ROAD REPAIR PROJECT
ID: 140FS125Q0076Type: Solicitation
AwardedMay 20, 2025
$72K$72,020
AwardeeWULFENSTEIN CONSTRUCTION CO., INC. 2281 POSTAL DR Pahrump NV 89048 USA
Award #:140FS125P0124
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA

NAICS

Ground or Treated Mineral and Earth Manufacturing (327992)

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 seeking qualified small businesses to participate in the Ash Meadows National Wildlife Refuge Road Repair Project in Nevada. The procurement involves the delivery of 1,500 tons of ¾” gravel to repair road damage caused by flooding from Tropical Storm Hilary, with a focus on rebuilding washed-out roadways to ensure safe public access and mitigate future flooding risks. This project underscores the importance of maintaining critical infrastructure in wildlife conservation areas, and bids are due by April 30, 2025, with delivery expected within 14 days of contract award. Interested vendors can contact Kathryn Coltran at kathryn_coltran@fws.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file outlines a solicitation for the Ash Meadows National Wildlife Refuge Road Repair Project, identified as solicitation number 140FS125Q0076. The U.S. Fish and Wildlife Service seeks a total of 1,500 tons of ¾” gravel for road repairs following significant damage caused by Tropical Storm Hilary. The gravel must be delivered within 14 days of contract award, which is expected within a week after bids close on May 7, 2025. This RFQ is designated as a small business set aside and details the requirements for bid submission, including the acceptance of quotes through email. The Scope of Work emphasizes rebuilding washed-out roadways, ensuring proper gravel specifications for durability, and includes additional option items for extra gravel. Key clauses outline submission guidelines, environmental certifications, and compliance with federal acquisition regulations. The document highlights the urgency of road repairs to facilitate safe public access and mitigate risks of future flooding, demonstrating the government’s commitment to maintaining critical infrastructure in wildlife conservation areas. Overall, this solicitation aims to secure a reliable vendor to support timely recovery efforts in response to natural disaster impacts on public resources.
    The document is a Request for Quotation (RFQ) for a road repair project at Ash Meadows National Wildlife Refuge in Nevada. It outlines the need for 1,500 tons of ¾” gravel to address road damage caused by flooding from tropical storm Hilary. The acquisition is set aside for small businesses, incorporating Federal Acquisition Regulation (FAR) guidelines. Bids are due by April 30, 2025, with delivery requested within 14 days post-award. The Scope of Work includes specific requirements for gravel quality and delivery location. Safety regulations, technical specifications, and clauses governing performance assessments, invoicing, and environmental compliance are detailed. Offerors must also comply with sustainability practices and reporting requirements on biobased products. The objective is to ensure effective road maintenance while enhancing safety and ensuring adherence to government standards.
    Lifecycle
    Similar Opportunities
    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.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    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.
    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.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks are required to match existing models and will be utilized to store potable water for wildlife, particularly in drought-prone areas. The contract is a 100% Total Small Business set-aside, firm-fixed-price agreement, with quotes due by December 22, 2025, at 5:00 pm EST, and a performance period from December 29, 2025, to February 16, 2026. Interested vendors should direct inquiries and submissions to Khalilah Brown at khalilahbrown@fws.gov.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    WA FLAP LINCOL 57860(1), Hawk Creek Road Improvements & WA NPS LARO 208(1), Hawk Creek Road Stabilization
    Transportation, Department Of
    The U.S. Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Hawk Creek Road Improvements and Stabilization project in Lincoln County, Washington. This total small business set-aside project involves road improvements and stabilization over a distance of 0.68 miles, with an estimated contract value between $5 million and $10 million. The project is critical for enhancing roadway safety and infrastructure within the Lake Roosevelt National Recreation Area, ensuring compliance with federal regulations, including environmental protections and construction standards. Bids must be submitted in printed form by the specified deadline, and interested parties can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further details.
    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.