Well Redevelopment Services - VT
ID: 140FC225R0011Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)
Timeline
    Description

    The U.S. Fish and Wildlife Service is seeking proposals for Well Redevelopment Services at the White River National Fish Hatchery in Bethel, Vermont. The project aims to rehabilitate Wells #1 and #3, including cleaning, replacing Variable Frequency Drive (VFD) controls, and ensuring the restoration of water flow, all while minimizing disruption to hatchery operations. This initiative is crucial for maintaining water quality and operational efficiency in fish production, aligning with federal environmental management goals. Proposals are due by June 12, 2025, with a contract value estimated between $100,000 and $250,000, and interested parties can contact Christine Beauregard at Christine_Beauregard@fws.gov or by phone at 413-253-8232 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document appears to be an encrypted or corrupted file containing fragmented data that is not accessible or interpretable in its current form. The text lacks coherent topics, ideas, or structural integrity that can be analyzed in the context of government RFPs, federal grants, or state and local procurement processes. There seems to be no discernible main topic, key points, or supporting details available for summarization. Given the incomprehensibility of the content, it is not possible to extract meaningful insights or provide a structured summary. It is recommended to retrieve or review the intended document again for a proper analysis or summary based on the relevant governmental information.
    The U.S. Fish and Wildlife Service has issued technical specifications for the Well Redevelopment and Variable Frequency Drive (VFD) Replacement project at the White River National Fish Hatchery in Bethel, Vermont. The project focuses on rehabilitating Wells #1 and #3, with operations scheduled to minimize interference with hatchery functions, particularly between February 1 and April 30. Work includes cleaning wells, replacing VFD controls for Well #1, and ensuring water flow restoration. The contractor must comply with industry best practices, evaluate equipment conditions, and perform comprehensive testing. Key tasks involve mechanical and chemical assessments of well components, addressing blockages, and adhering to safety and environmental regulations throughout the project. The contractor is also required to provide extensive documentation and coordinate closely with hatchery personnel. The project underscores the importance of maintaining water quality for fish production while implementing necessary system upgrades, vital to the operational efficiency of the hatchery. Overall, this initiative aligns with federal efforts for environmental management and resource conservation within government facilities.
    The government file appears to be a corrupted data document, making the extraction of coherent information challenging. However, the primary focus seems to revolve around federal grants and Requests for Proposals (RFPs) from both federal and state/local governments. The document intended to discuss applications or guidelines for funding opportunities available for various projects. Key details could potentially include specifications for submitting proposals, eligibility criteria, deadlines, budget considerations, and the evaluation process for grant applications. The overarching goal is to inform stakeholders about how they can seek financial support for projects that align with government priorities, ensuring adherence to administrative protocols. The structure of the document presumably features sections delineating requirements for applicants, evaluation metrics, and guidance on compliance with federal regulations. Overall, while the document's specifics cannot be extracted due to corruption, its context seems to emphasize the importance of understanding RFPs and federal grants for effective project funding pursuits.
    The document is a Past or Present Performance Survey intended to assess a company's qualifications for federal contracts by gathering information on previous and current projects. It requests general business details such as the company name, address, and leadership structure, alongside the company's unique entity identification. The primary focus is on contracts or subcontracts completed or in progress, with a preference for government contracts. For each contract, it requires details such as the contracting agency, project scope, financials, roles, performance metrics, quality control, safety plans, and problem resolution strategies. Three separate contracts are to be documented in this manner. The survey aims to collect comprehensive past performance information, aiding in evaluation for potential bids on federal grants and local RFPs. A section at the end enables certification by the survey preparer, including their contact information and signature. The overall purpose emphasizes systematic data collection to support decision-making in government contracting processes.
    The U.S. Fish and Wildlife Service is soliciting proposals for Well Redevelopment Services at the White River National Fish Hatchery in Bethel, VT, under solicitation number 140FC225R0011. The anticipated contract period spans ten months, starting June 16, 2025, with completion expected by April 30, 2026. This invitation for bids is classified under federal acquisition regulations and is open to all responsible business sources. A site visit is scheduled for May 29, 2025, and proposals are due by June 12, 2025. The contract is firm-fixed-price, requiring a detailed breakdown of project scheduling and past performance on similar works, accounting for 51% of the evaluation criteria. Bids are expected to fall between $100,000 and $250,000, necessitating performance and payment bonds for construction costs exceeding $35,000. The document outlines various requirements, including mandatory registration with the System for Award Management (SAM) and compliance with multiple federal guidelines regarding contractor conduct and environmental considerations. The summary emphasizes the aim of selecting a qualified contractor through a competitive bidding process while ensuring compliance with relevant regulations and standards throughout the project's lifecycle.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    87--Urgent Fish Feed Delivery, Winthrop NFH, WA
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole-source, firm-fixed-price contract to MOORE-CLARK U.S.A., INC. for the urgent delivery of fish feed to the Winthrop National Fish Hatchery in Washington by December 1, 2025. The procurement specifically requires various types of BioVita and BioClark's fry feed to support the health and growth of Chinook, Coho, and Steelhead fish raised at the Leavenworth Fisheries Complex, where maintaining a consistent diet is critical to the fish's survival and development. This Notice of Intent (NOI) is not a request for competitive quotes; however, responsible sources may submit capability statements by November 17, 2025, at 2:00 PM EDT to Fred Riley at fredriley@fws.gov, demonstrating how competition could benefit the Government without being cost or time prohibitive.
    TX FLAP UV CR203(1) Fish Hatchery Road
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the reconstruction and widening of 0.71 miles of Fish Hatchery Road (CR203) in Uvalde, Texas. The project aims to enhance access to the Uvalde National Fish Hatchery by widening the roadway from 15 feet to 24 feet, improving drainage, and incorporating necessary signage and pavement markings. This initiative is critical for ensuring safe and efficient transportation to the hatchery and surrounding properties. Interested small businesses must submit their bids by November 13, 2025, at 2:00 p.m. local time, and can direct inquiries to Eric Grosskreuz at cflcontracts@dot.gov or Leslie Karsten at CFLContracts@dot.gov. The estimated project value ranges between $700,000 and $2,000,000.
    Y--Hungry Horse Excitation System Replacement
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting proposals for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement, designated under solicitation number 140R1025B0003, is a total small business set-aside and aims to replace critical excitation system equipment, with an estimated contract value between $5 million and $15 million. The project is significant for maintaining the operational efficiency and reliability of the powerplant's electrical systems. Interested bidders should note that a site visit is scheduled for October 1, 2025, with proposals due by December 16, 2025, at 1:00 PM MDT. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    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.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for the repair of a water well at the Range Sheep Production Efficiency Research Center in Dubois, Idaho. The project involves drilling a new well, demolishing existing infrastructure, and installing new piping and electrical connections, with an estimated construction cost between $1,000,000 and $5,000,000. This procurement is critical for ensuring the operational efficiency of the research center's water supply system. Interested contractors must submit their proposals by January 30, 2026, and are encouraged to direct any inquiries to Theodore Blume at the USDA via email at theodore.blume@usda.gov.
    Blackwell Water Tower Rehab
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the Blackwell Water Tower Rehabilitation project at the Blackwell Job Corps Civilian Conservation Center in Laona, Wisconsin. The project involves comprehensive rehabilitation of the water tower, including cleaning and recoating its interior and exterior, replacing the overflow system, and optional pump replacement, with an estimated contract value between $100,000 and $250,000. This initiative is crucial for maintaining safe and reliable water infrastructure within the Chequamegon-Nicolet National Forest, ensuring compliance with environmental and safety standards. Interested contractors must submit proposals that include separate technical and price components by the specified deadlines, with a site visit scheduled for October 30, 2025, and RSVP required by October 28, 2025. For further inquiries, contact Adam Garrison at adam.garrison@usda.gov or Nicholas Zane at nicholas.zane@usda.gov.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project at Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and demolition of outdated structures, with a performance period extending from August 4, 2025, to November 30, 2028. The project is critical for maintaining environmental standards and improving wastewater management within the park. Interested contractors must submit their proposals by December 18, 2025, and direct any inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    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, valued at over $10 million, aims to rehabilitate and upgrade wastewater treatment facilities, including the construction of new structures and the rehabilitation of existing systems to address deficiencies in current operations. The project is critical for maintaining environmental standards and ensuring the effective management of wastewater in a national park setting. Interested contractors must submit their proposals by December 19, 2025, and are encouraged to direct any questions to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    W9123626RA002 New Water Intake Facility at HSAAP
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting proposals for the construction of a new Water Intake Facility and Pump Station at the Holton Army Ammunition Plant in Kingsport, Tennessee. This project is being offered as an unrestricted full and open competition under a Design-Bid-Build (DBB) approach, utilizing the Best Value, Trade-Off Continuum (BVTO) Source Selection evaluation method. The contract, which is expected to be awarded as a Firm-Fixed-Price (FFP) agreement, has an estimated magnitude between $100 million and $250 million, with the applicable NAICS code being 237110 for Water and Sewer Line and Related Structures Construction. Interested contractors should contact Brian Bookout at brian.c.bookout@usace.army.mil or call 757-201-7797 for further details, and note that a site visit is scheduled for October 9, 2025, with an RSVP deadline of October 6, 2025, at 12:00 PM Eastern Time.
    Winter Property Maintenance (GMFL Supervisor's Office)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking a contractor for winter property maintenance services at the Green Mountain and Finger Lakes National Forests Supervisor's Office in Mendon, Vermont. The contract, which spans a base year and four option years starting October 15, 2025, requires the contractor to provide snow and ice removal from various areas, including driveways and parking lots, as well as the application of anti-skid materials and management of snow piles. This maintenance is crucial for ensuring safe access to the facility during winter months. Interested small businesses must submit a technical proposal, price proposal, and relevant certifications, with the award based on a best-value determination that weighs technical capability alongside price. For further details, potential bidders can contact Carrie L. Edwards at carrie.edwards@usda.gov.