AK SAIC ANCHORAGE HYDRATION STATION
ID: 140FC126Q0001Type: Solicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)

Set Aside

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

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the selected contractor to provide all necessary labor, materials, tools, and equipment, ensuring compliance with local building codes and federal regulations, including environmental and historical preservation standards. This installation is crucial for enhancing operational efficiency and ensuring the well-being of personnel at the facility. The total construction cost is estimated to be less than $25,000, with a completion deadline set for December 31, 2025. Interested contractors can reach out to Tiffannie Pannell at tiffannie_pannell@fws.gov or call 505-248-6792 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal government Request for Proposal (RFP) for the installation of a new hydronic heating station. The selected contractor will be responsible for providing all necessary labor, materials, tools, and equipment to complete the installation in compliance with local building codes, plumbing standards, and other relevant regulations. Key tasks include conducting a site visit to inspect existing water lines, plumbing connections, electrical service, and wall structures, as well as submitting all required permits and approvals. The contractor must properly dispose of or recycle the removed unit and repair/reinforce walls as needed. The RFP emphasizes proper drainage, operational integrity, and wall sensor functionality for the new system, with all work to be completed by December 31, 2025.
    This document is a Request for Proposal (RFP) for the installation of a hydration station in Anchorage, AK, at the Service Office of Law Enforcement, with a construction magnitude of less than $25,000. The solicitation outlines performance requirements, including a start date after award issuance and completion by December 31, 2025. Key requirements include adherence to Federal Acquisition Supply Chain Security Act (FASCSA) orders, submission of a work progress plan, and compliance with environmental, historical preservation, and hazardous material regulations. Contractors must use the Invoice Processing Platform (IPP) for electronic invoicing and payment. The document also details various FAR clauses incorporated by reference, covering areas such as labor standards, bonds, and contractor responsibilities, emphasizing compliance with federal and local regulations throughout the project.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    463-21-101 CON Repair Bldg 100 Moisture Envelope
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking qualified contractors for a construction project aimed at repairing the moisture barrier of Building 100 at the Anchorage VA Medical Center in Alaska. The project, designated as 463-21-101, involves addressing moisture intrusion and repairing surface damage, with the contractor responsible for all materials, labor, and adherence to strict safety and infection control protocols. This initiative is crucial for maintaining the integrity of the facility and ensuring the continued delivery of healthcare services. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their responses, including a capabilities statement and past performance details, by December 12, 2025, with an estimated project value between $5 million and $10 million. For further inquiries, contact Susan Howe at Susan.Howe2@va.gov or call 360-816-2754.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    C--NY MONTEZUMA NWR ADMIN SUPPORT WATERLINE PROJECT
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to the Town of Montezuma for administrative support related to the NY Montezuma National Wildlife Refuge (NWR) waterline project. This project aims to facilitate the selection of contractors for a new municipal water service extension, addressing the current lack of a reliable potable water source at the Refuge, which has been relying on trucked-in and bottled water due to saline groundwater issues. The new waterline is crucial for providing drinking water and fire protection as part of a visitor center replacement initiative. Interested parties may submit capability statements by December 12, 2025, to Ian A. Young at ianayoung@fws.gov, as the government reserves the right to proceed with the sole source award.
    Remove_Replace_Fountains_SantaFeIndianHealthCenter
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to remove and replace existing drinking fountains at the Santa Fe Indian Health Center in New Mexico. The project involves installing new Elkay ezH2O Enhanced refrigerated, filtered, stainless steel bottle-filling stations, including one bi-level ADA model and twelve single ADA models, along with providing three years' worth of OEM replacement filters for maintenance. This initiative is crucial for ensuring access to clean drinking water in a healthcare setting and aligns with the Buy Indian Act, emphasizing the procurement from eligible Small Business Indian Firms. Interested parties must respond to the sources sought notice by submitting the required documentation, including certification as a Small Business Indian Firm, by the specified deadline, with inquiries directed to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.