HI-OAHU NWR COMPLX-J. CAMPBELL BUNKHOUSE
ID: 140FS124Q0121Type: Solicitation
Overview

Buyer

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

NAICS

Reconstituted Wood Product Manufacturing (321219)

PSC

LUMBER AND RELATED BASIC WOOD MATERIALS (5510)
Timeline
    Description

    Solicitation from the Department of the Interior, US Fish and Wildlife Service, is seeking services for the HI-OAHU NWR COMPLX-J. CAMPBELL BUNKHOUSE. This procurement is for the reconstituted wood product manufacturing industry (NAICS code: 321219) and falls under the category of lumber and related basic wood materials (PSC code: 5510). For more information, please contact Lisa Rodriguez at lisa_rodriguez@fws.gov or 505-248-6797.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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 significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    Y--OR-DIV OF ENGINEERING-EGG INCUBATION ROOM
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a design-build contract to construct an additional egg incubation room at the Lookingglass National Fish Hatchery. This project aims to enhance the hatchery's egg incubation capacity by 10-15%, thereby improving safety, efficiency, and productivity through the consolidation of equipment and the installation of new structural and mechanical systems. The anticipated contract, classified under NAICS code 238990, will require comprehensive design and construction services, including site development and utility connections. Interested parties, particularly small businesses and service-disabled veteran-owned firms, must submit a five-page response detailing their capabilities by September 16, 2024, to Cindy Salazar at CindySalazar@fws.gov.
    Baskett Slough NWR - Cackler Marsh Wetland Restora
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the Cackler Marsh Fish Passage Project, which involves the procurement of specific piping materials necessary for wetland restoration at Baskett Slough National Wildlife Refuge in Dallas, Oregon. The project requires various sizes of HDPE and PVC pipes, elbows, and saddles, with a focus on engaging small businesses as this opportunity is designated as a total small business set-aside under NAICS code 238120. The selected contractor will be responsible for delivering all materials by October 23, 2024, with quotes due electronically by September 17, 2024. Interested parties can contact Terrence Anderson at terrenceanderson@fws.gov or call 682-294-0280 for further information.
    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, which measure approximately 54' x 110', and must adhere to specific engineering standards, including snow and wind load requirements. This initiative is part of the federal government's commitment to enhancing infrastructure for fish stocking programs and recreational fishing, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    0402 GAOA Critical Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Critical Housing Deferred Maintenance project at the Boise National Forest in Idaho. This project involves the remodeling of two bunkhouses and a showerhouse at the Garden Valley Work Center, with an estimated construction budget ranging from $500,000 to $1,000,000. The initiative is crucial for maintaining federal housing infrastructure and ensuring compliance with health and safety standards, while also promoting sustainable construction practices. Interested small businesses must submit their proposals by September 17, 2024, at 5:00 PM EST, with all submissions directed to Brenda Simmons at brenda.simmons@usda.gov.
    BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Indian Head Division, has issued a Combined Synopsis/Solicitation notice for a Blanket Purchase Agreement (BPA) for the procurement of lumber, plywood, millwork, and wood panel supplies and services. The BPA calls will not exceed the Simplified Acquisition Threshold and interested companies must compete at the call level. The government is seeking companies that can provide these standard commercial supplies and services at competitive prices. The BPA's will be awarded based on positive Past Performance, which will be evaluated on factors such as Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. Interested vendors should provide a minimum of three Past Performance References. The government also requires vendors to have an active account in the Procurement Integrated Enterprise Environment (PIEE) for invoicing and receiving reports, or the option to use a credit card for payment. Additionally, vendors must have an active account in the System for Award Management (SAM). This procurement is set aside for small businesses, and vendors with a GSA contract should note their contract number in their response. Vendors who demonstrate technical and past performance merit may be issued a Master BPA for future bidding opportunities. Price lists and catalog prices can be provided to facilitate direct awards under the $10k threshold. The government intends to issue Master BPAs on a 6-month rotation through February 2029. Interested vendors should submit documentation and references to Barbara.j.grinder.civ@us.navy.mil by specific deadlines to be considered for the February or August awards. The government reserves the right to consider past performance information from other sources. The primary point of contact for this procurement is Barbara Grinder, and the secondary point of contact is Brandi Sorzano.
    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.
    Mass Timber Construction Materials Inquiry
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is seeking qualified companies to provide insights on mass timber construction materials as part of a Request for Information (RFI) aimed at rebuilding housing units lost in a fire at the Detroit Ranger District of the Willamette National Forest in Oregon. The RFI focuses on assessing market interest and capability in supplying engineered wood products, specifically for upgrading living spaces from 12 to 19 bedrooms across four residences, utilizing sustainable building practices. Mass timber products, recognized for their strength and low carbon impact, are increasingly important in modern construction, and the USDA aims to leverage these materials in its recovery efforts. Interested parties must submit their responses, including organizational details and relevant experience, by September 17, 2024, to Janet Paul at janet.paul@usda.gov.
    Y--AMD3-PUERTO RICO (VIEQUES ) CARACAS RESTROOM REHAB
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of restroom facilities at the Vieques National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona. The project involves the demolition of existing wooden compost restrooms and the installation of two new pre-cast concrete comfort stations, with a contract duration of 90 days post-Notice to Proceed (NTP). This initiative is crucial for restoring essential visitor amenities while ensuring compliance with accessibility standards and hurricane-resistant construction practices. Interested contractors must acknowledge amendments to the solicitation and submit proposals by the revised deadline of 1:00 PM, with the performance period set from November 1, 2024, to January 31, 2025. For further inquiries, contact Tina Baker at tinabaker@fws.gov.
    56--AR - NORFORK HATCHERY COLUMN AERATION UNITS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is conducting a Sources Sought Notice for the procurement of oxygenation equipment and aluminum packed columns for the Norfork National Fish Hatchery in Mountain Home, Arkansas. The anticipated contract will involve supplying vertical column aeration units, stands, and fill material, specifically designed to remove volatile organic compounds (VOCs) from water through air stripping processes. This equipment is crucial for maintaining water quality in aquaculture environments, ensuring the health and sustainability of fish populations. Interested businesses are invited to respond by providing their Unique Entity Identifier (UEI), relevant NAICS codes, and documentation of past projects similar to the requirements outlined, with responses due by September 8, 2024, at 5:00 PM ET. For further inquiries, contact Tina Baker at tinabaker@fws.gov.