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
    Water Quality Testing Services, Upper Connecticut River Basin, VT & NH
    Buyer not available
    The U.S. Army Corps of Engineers - New England District is soliciting proposals for Water Quality Testing Services in the Upper Connecticut River Basin, covering areas in Vermont and New Hampshire. The contractor will be responsible for providing all necessary labor, materials, and equipment to conduct both potable and non-potable water sampling and analyses, ensuring compliance with State and Federal regulations to protect public health. This procurement is crucial for maintaining water quality at designated reservoirs and projects, with a focus on timely reporting of results for contaminants such as total coliform and e-coli. Interested small business vendors must have an active registration in SAM.gov and submit their proposals by December 8, 2025, at 2:00 PM Eastern; for further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
    AK SAIC ANCHORAGE HYDRATION STATION
    Buyer not available
    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 tiffanniepannell@fws.gov or call 505-248-6792 for further details.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in Vermont. The contract requires the selected vendor to provide comprehensive cleaning services, including weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, all in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million over a base year and two option years, emphasizing the use of environmentally preferable products. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, and must have an active registration in SAM.gov to be considered responsive.
    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.
    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.
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    Y--Hungry Horse Excitation System Replacement
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting proposals for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement aims to replace the excitation system equipment, with a contract value anticipated between $5 million and $15 million, and is exclusively set aside for small businesses under NAICS code 237990. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical generation capabilities. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to attend a pre-bid site visit on October 1, 2025. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    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.