OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
ID: 140FC126R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 1Falls Church, VA, 22041, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF MAINTENANCE BUILDINGS (Z1EB)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at john_ferrall@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document outlines a comprehensive Request for Proposal (RFP) for federal grants and state/local RFPs. It details various requirements across several categories, including financial reporting, technical specifications, and compliance standards. Key sections cover general procurement processes, technical solution expectations, and administrative procedures. The RFP emphasizes adherence to specific government regulations, data management protocols, and quality assurance measures. It also includes sections on contract terms, conditions, and evaluation criteria, guiding potential bidders on proposal submission and project execution. The document appears to be a template or a detailed instruction set for contractors bidding on government projects, ensuring all aspects from initial proposal to final delivery meet established federal and state guidelines.
    The Deep Fork National Wildlife Refuge (DFNWR) is soliciting a non-personnel services contract for the installation of an automatic gate opener at its Maintenance Facility located at 21680 Hwy 75, Okmulgee, OK 74447. The project aims to enhance security, improve efficiency for staff who frequently enter and exit the facility, and add an extra layer of protection for refuge equipment. The scope of work includes providing and installing a 24VDC high-traffic commercial slide gate operator, a concrete pad, safety devices such as reflective photo eyes and bump edges, a plug-in loop detector, a gooseneck steel pedestal with a wireless keypad, a raised steel pedestal with a fire department emergency access lockbox, and a self-contained sensor puck for automatic exit or a wireless Edge Kit Transmitter and Receiver. Additionally, the contractor will provide ten programmable DIP switch single-button remotes and connect 115 VAC power from the Sentennial building breaker box, approximately 200 feet away. The period of performance is 14 calendar days, with work hours from 7:00 AM to 3:30 PM, Monday through Friday, excluding federal holidays. A site visit is highly encouraged on January 5, 2026, or January 7, 2026. The contractor is responsible for all personnel, equipment, supplies, and supervision, ensuring all work adheres to industry standards, federal regulations, and manufacturer specifications. Gary Titsworth (918-475-3669, gary_titsworth@fws.gov) is the primary point of contact for the Deep Fork NWR.
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. This 100% Total Small Business Set-Aside project requires the contractor to provide all necessary personnel, equipment, and materials for installation and a manufacturer's warranty. The award will be based on the Lowest-Price Best Value, considering technical acceptability and past experience. A site visit is highly recommended. The project has a construction magnitude of less than $25,000 and will be a Firm-Fixed-Price contract, not requiring bid, performance, or payment bonds. The NAICS Code is 238290. Proposals are due by January 16, 2026, by 1700 EDT, and all RFIs by January 9, 2026, by 1500 EDT. The contractor must commence work within three calendar days of receiving a notice to proceed and complete it within fourteen calendar days. The period of performance is from February 9, 2026, to February 23, 2026. The document outlines detailed requirements for project delivery, quality control, invoicing via IPP, contract administration, work hours, utilities, safety, environmental compliance, and submittals.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--FL- WELAKA NFH-GARAGE DOORS - BEECHER UNIT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for a construction project at the Welaka National Fish Hatchery (NFH), specifically for the replacement of seven manually opened garage doors at the Beecher Unit in Crescent City, Florida. The project requires the removal of existing doors and the installation of new hurricane-rated sectional doors, which must comply with Putnam County's wind load requirements, along with all necessary hardware and installation services. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated to be less than $25,000, and proposals are due by January 15, 2026, at 5:00 PM EST. Interested contractors should contact John Ferrall at johnferrall@fws.gov for further details and must ensure they are registered in the System for Award Management (SAM) prior to proposal submission.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.
    AK-BETHEL ADMIN SITE-WINDOW REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from qualified small businesses for a window replacement project at the Yukon Delta National Wildlife Refuge in Bethel, Alaska. The project involves the overhaul and replacement of existing window systems in nine government-owned residential houses, requiring contractors to furnish all labor, materials, equipment, and supervision to complete the work within 138 calendar days. This procurement is critical for maintaining the integrity and functionality of government housing, with an estimated contract value between $250,000 and $325,000. Interested contractors must submit their proposals by March 5, 2026, and can direct inquiries to Terrence Anderson at terrenceanderson@fws.gov.
    OK-WICHITA MTNS RFG-CONCRETE DISPOSAL
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract for concrete demolition debris removal at the Wichita Mountains Wildlife Refuge in Indiahoma, Oklahoma. The project entails the removal of approximately 15,000 tons of concrete debris, including rebar, brick, and cinderblock, with options for an additional 6,000 tons, and requires compliance with federal regulations such as the Buy American Act and Davis-Bacon Wage Rates. This contract is crucial for restoring the site to its natural state and ensuring environmental protection, with a performance period of 180 days from the notice to proceed, and work expected to commence within 5 days. Interested small businesses must contact Shanen Fox at shanenfox@fws.gov or call 503-736-4469 for further details, with the project valued between $250,000 and $500,000.
    T--OR WAPATO LAKE NWR KIOSK AND PANELS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from qualified small businesses for the design, fabrication, and installation of an orientation kiosk, interpretive panels, and an entrance sign at the Wapato Lake National Wildlife Refuge in Sherwood, Oregon. The project aims to enhance visitor experience and education by incorporating local tribal art into the designs, which must comply with ADA guidelines. Interested contractors are required to submit their quotes by January 15, 2026, with the anticipated completion date set for November 1, 2026. For further inquiries, potential bidders can contact Kathryn Coltran at kathryncoltran@fws.gov.
    MN Valley NWR Visitor Center - Concrete Floor Prep
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from Women-Owned Small Businesses (WOSB) for a federal contract involving concrete floor preparation, staining, and vinyl cove installation at the Minnesota Valley National Wildlife Refuge Visitor Center in Bloomington, MN. The project requires the contractor to remove adhesive, grind a 1,421 sq. ft. concrete slab, apply a stained design resembling the Minnesota River, and install a 4-inch dark blue vinyl cove, all while ensuring compliance with environmental and safety standards. Interested contractors must submit their proposals, including a completed SF 1449 form and technical narratives, by January 20, 2026, at 2:00 PM Eastern Time, with a site visit scheduled for January 14th at 10 AM Central Time. For further inquiries, contact Dana Arnold at danaarnold@fws.gov or call 703-468-8289.
    MS SANDHILL CRANE NWR IDS/FS INSTALL
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the installation of an Underwriters Laboratory (UL) listed Intrusion Detection System (IDS) and a new fire system at the Mississippi Sandhill Crane National Wildlife Refuge (NWR) in Gautier, MS. The procurement includes specific requirements for the IDS, such as the Bosch 9512G series or DMP XR150 panels, with features like tamper notification, remote monitoring, and battery backup, alongside a fire system that includes a DMP XF150 panel and various detection devices. This project is crucial for enhancing the security and safety of the refuge, ensuring compliance with safety standards. Interested vendors must submit their questions by January 13, 2026, and quotations by January 20, 2026, with a firm-fixed-price contract to be awarded based on technical approach and past performance. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or call 612-713-5216.
    OR-FWS MALHEUR NWR-UTV
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes from qualified Women-Owned Small Businesses (WOSB) for the procurement of a Utility Terrain Vehicle (UTV) for the Malheur National Wildlife Refuge located in Princeton, Oregon. The UTV must meet specific requirements, including a 999cc engine, 82HP, an 11.5-gallon fuel capacity, and a factory-installed cab system equipped with heating, air conditioning, and defrost capabilities. This vehicle is essential for operational efficiency within the refuge, supporting various wildlife management activities. Quotes are due by January 22, 2026, at 5 PM ET, with delivery required by March 31, 2026. Interested parties can contact Kathryn Coltran at kathryncoltran@fws.gov for further information.
    IA - Neal Smith NWR - 4 UTVs with 2 Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of four 2026 6x6 Utility Terrain Vehicles (UTVs), with the option to trade in two existing Kubota units. The UTVs are required to meet specific technical specifications, including a minimum 976cc V-twin engine, selectable 4WD/6WD, and a towing capacity of 3,000 lbs, to support operations such as fire suppression and maintenance of sensitive landscapes. Interested vendors must submit their quotes, including all associated costs, by January 19, 2025, at 2:00 PM Eastern Time, via email to Dana Arnold at danaarnold@fws.gov, with evaluation criteria focusing on technical specifications, lead time, and price.
    CSSC Fish Dispersal Barrier Operations and Maintenance
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for the operation and maintenance of the Electric Dispersal Barrier System (EDBS) located on the Chicago Sanitary and Ship Canal (CSSC) in Romeoville, Illinois. The contract, structured as a Firm-Fixed-Price agreement, includes a base period of 12 months with three additional 12-month option periods, and encompasses services such as routine monitoring, facility cleaning, asphalt maintenance, snow removal, crane inspections, and refuse services. This initiative is crucial for preventing the movement of invasive species between the Mississippi River and Great Lakes basins, thereby protecting local ecosystems. Interested parties must submit their proposals electronically by January 15, 2026, and direct any questions to the primary contact, Stephanie Boyd, at stephanie.l.boyd@usace.army.mil or by phone at 312-846-5370.