Z--GAOA - Browns Park NWR Butler Storage Building Rehab
ID: 140FGA25R0010Type: Presolicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking contractors for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge. This project falls under the category of commercial and institutional building construction, specifically focusing on the repair or alteration of miscellaneous buildings. The rehabilitation of this facility is crucial for maintaining operational efficiency and supporting wildlife conservation efforts within the refuge. Interested small businesses are encouraged to reach out to Samantha Lague at samantha_lague@fws.gov or call 413-253-8349 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for a Firm Fixed Price construction contract to replace the Headquarters Office and Maintenance Facility at Bon Secour National Wildlife Refuge in Gulf Shores, Alabama, under solicitation number 140FGA25R0004. The project aims to enhance visitor engagement and support conservation efforts by constructing a new facility that complies with federal, state, and local regulations, including environmental protections and accessibility standards. Contractors are required to begin work within 10 calendar days of award and complete the project by September 30, 2025, with a total performance period from August 30, 2024. Interested parties should contact Ian Young at ianayoung@fws.gov or 612-713-5214 for further details, and must submit sealed offers by the specified deadline, including required performance and payment bonds.
    MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under Solicitation No. 140P2025R0015. The project involves constructing a new maintenance building, installing a dry-pipe fire suppression system, and ensuring compliance with various safety and environmental standards, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative aims to enhance the operational integrity of national historic sites while promoting small business participation in federal contracting. Interested contractors should submit their proposals by the specified deadline and may contact Gabriel Castellanos at gabrielcastellanos@nps.gov or 303-969-2118 for further information.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    Z--AK-KODIAK NWR-VC HEATING OIL TANK
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking bids for the removal of an existing 1,100-gallon double-walled heating oil tank and the installation of a new double-walled tank at the Kodiak National Wildlife Refuge in Alaska. The procurement is a total small business set-aside, emphasizing that only small businesses may participate, and the contract will be awarded based on price. This project is crucial for maintaining operational efficiency and environmental compliance at the wildlife refuge, ensuring safe fuel storage and management. Interested vendors must submit detailed quotes by March 12, 2025, and are encouraged to contact Oscar Orozco at oscarorozco@fws.gov for further information.
    Z--NIFC 300 JWH MPR Suite/NICC Repairs
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management's National Interagency Fire Center, is seeking contractors for the repair and alteration of the JWH MPR Suite and NICC facilities. This project is categorized under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for small businesses in accordance with FAR 19.5 regulations. The repairs are crucial for maintaining operational efficiency and safety within the facilities that support interagency fire management efforts. Interested contractors can reach out to Matthew Steele at masteele@blm.gov or call 208-387-5130 for further details regarding this presolicitation opportunity.
    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.
    Z--REPAIR HEATING SYSTEM - MA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors to perform HVAC repair and installation work at the North Attleboro National Fish Hatchery in Massachusetts. The project involves repairing the heating system in the Hatchery Building, which includes replacing parts of the existing Weil-Mclain boiler, and installing mini split ductless systems in the Old Office/Garage, where the current oil-fired furnaces are no longer serviceable. This initiative is crucial for maintaining the facility's infrastructure and ensuring compliance with safety and building codes, with a completion timeline of 180 days from the notice to proceed. Interested contractors must submit their proposals by March 18, 2025, and can contact Christine Beauregard at ChristineBeauregard@fws.gov or 413-253-8232 for further information.
    F--Herbicide application, ST. MARKS NWR-FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    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.
    Woody Vegetation Removal (Mulching), McFaddin NWR,
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking small business contractors for a project involving the mulching of woody vegetation across 165 acres at the McFaddin National Wildlife Refuge in Sabine Pass, Texas. The objective of this procurement is to enhance environmental management by removing dense vegetation, with contractors required to provide personnel, machinery, materials, and supervision for the task. This initiative underscores the government's commitment to supporting small businesses, particularly those owned by veterans or economically disadvantaged individuals, while ensuring compliance with federal regulations regarding labor and environmental protections. Interested vendors must submit their technical and price proposals by March 21, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information. The estimated contract value is $11.5 million, with delivery expected by September 30, 2025.