Trail, Boardwalk and Bridge Repairs at Quivira NWR
ID: 140FGA24R0002Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

Set Aside

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

    The U.S. Fish and Wildlife Service is soliciting proposals for the rehabilitation of trails, boardwalks, and bridges at the Quivira National Wildlife Refuge in Stafford, Kansas. The project aims to enhance public access and ecological integrity by repairing and replacing existing infrastructure, with a focus on compliance with ADA standards and environmental protection guidelines. This initiative reflects the federal commitment to improving recreational facilities within wildlife reserves, with an estimated contract value between $500,000 and $1,000,000 and a completion timeline of 180 days post-award. Interested contractors must submit proposals via email by September 20, 2024, following a mandatory site visit on September 3, 2024; for further inquiries, contact Justine Coleman at justine_pasiecnik@fws.gov or 413-253-8287.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for rehabilitating the Migrants Mile Trail and bridges at Quivira National Wildlife Refuge in Stafford, Kansas. It details the project's requirements, including the construction timeline, work coordination, and compliance with ADA accessibility standards. The contract includes various sections addressing general requirements, existing conditions, and specific construction procedures for concrete, earthwork, exterior improvements, and waterway construction. Key components include management of temporary facilities, submission of payment applications, and adherence to environmental protection guidelines. The document explicitly states the need for coordination among contractors and project managers to minimize disruptions to ongoing operations during construction. Emphasis is placed on quality control, safety measures, and ensuring compliance with federal, state, and local regulations. Overall, this specification serves as a comprehensive guideline for contractors on executing the rehabilitation work, maintaining ecological integrity, and ensuring workplace safety while fulfilling governmental standards for public infrastructure projects.
    The document contains a series of responses and clarifications related to contractor queries for a public works project involving the installation of bridges and boardwalks. Key issues addressed include material specifications for bridge construction, alternative product sourcing if preferred materials are unavailable, and guidelines for pricing bids according to CLIN (Contract Line Item Number) requirements. Specific concerns about project dimensions, such as lumber length and boardwalk widths, are noted along with requirements for erosion control and traffic management plans. Restoration efforts also emphasize the use of native seed mixes for disturbed areas, outlining biodiversity criteria and local purchasing preferences. Clarifications regarding project timelines and specifics about bridge structures are provided, including confirmation of the removal of certain bridge components. This document serves to ensure contractors understand project requirements and adhere to ecological restoration practices while efficiently bidding on project components, ultimately aiming for compliance and effective project execution.
    The document appears to consist of fragmented text, likely from multiple sources regarding federal grants, RFPs, and local/state initiatives. The main purpose of these types of documents typically revolves around soliciting proposals for federal funding opportunities or grants aimed at various governmental projects and services. Key points include the importance of compliance with federal standards, guidelines for proposal submissions, and deadlines for applications. Supporting details mention the need for organizations to outline their capabilities and project plans clearly, reflecting on budget requirements and potential community impact. The content underscores the significance of transparency, accountability, and the necessity of aligning project goals with government priorities, possibly influencing the award decisions. The document's structure seems disorganized, filled with code-like placeholders and fragmented phrases. However, the emphasis seems to be on clear communication of expectations between the government and potential bidders for contract services. Ultimately, such RFPs and grants aim to foster cooperation between governmental bodies and organizations to address community needs effectively and sustainably.
    The Quick Entry Data Form is a mandatory document for companies submitting proposals in response to federal and state/local Request for Proposals (RFPs) or grants. This form collects essential information needed to verify the submitting company, including the company name, address, point of contact, Unique Entity Identifier (UEI) number, and Cage Code. Additionally, organizations are required to list their business classifications, such as Women-Owned Small Business (WOSB) or Veteran-Owned Small Business (VOSB). By completing this form, companies ensure compliance and proper identification within the proposal submission process, which is vital for eligibility and consideration in funding opportunities. The structure of the form is straightforward, focusing on key identification details necessary for processing proposals efficiently.
    The document outlines the price schedule for Solicitation Number 140FGA24R0002 related to a construction project at Quivira National Wildlife Refuge (NWR). It specifies various components of the project, categorized into base and optional line item numbers (CLINs), which include general requirements, existing conditions, exterior improvements, and waterway and marine construction, alongside two optional pedestrian bridge installations. The total costs for both the base and optional components are to be finalized but are not listed in the provided information. The project aims to construct trails, bridges, and boardwalks as indicated in the design specifications. This document serves as part of the federal procurement process, inviting contractors to bid on the identified infrastructure work while ensuring compliance with federal guidelines and budgetary constraints. Overall, the project reflects governmental investment in enhancing recreational and ecological infrastructure at the specified wildlife refuge.
    The U.S. Fish and Wildlife Service is seeking bids for the rehabilitation of the Migrants Mile Trail bridges at Quivira National Wildlife Refuge in Stafford County, Kansas. This project involves replacing a 60-foot boardwalk and updating pedestrian bridges along the trail. The cover sheet outlines project specifications, including necessary approvals and responsibilities for contractors regarding utilities and site conditions. Contractors must assess the site for any minor obstructions and obtain exact utility locations prior to excavation. The document emphasizes the importance of consulting the project engineer for discrepancies in installation details. Key contacts for engineering and project coordination are provided, ensuring clear communication throughout the project's execution. This initiative illustrates the federal government’s commitment to maintaining and enhancing natural habitats while promoting safe recreational access within wildlife reserves.
    The document outlines a project proposal for rehabilitating trail bridges and surfaces at Qumra National Wildlife Refuge (NWR). It details the plans to replace or repair multiple pedestrian bridges, including specifications for size and materials, as well as the necessary preparation work such as resurfacing, gravel installation, and removal of existing infrastructure. Key components include the replacement of wooden bridges with more durable materials, ensuring accessibility through various entry points, and addressing terrain challenges with soil stabilization if needed. The project emphasizes the importance of contractor site visits to assess work conditions and type, ensuring compliance with specifications. The anticipated work involves significant trail and bridge construction, focused on improving public access while maintaining environmental integrity. This proposal highlights the government's commitment to enhancing outdoor recreation facilities, aligning with funding opportunities for environmental and infrastructure improvements. The overall goal is to create safer, more reliable pathways for public use while preserving ecological considerations.
    The document outlines specifications for the rehabilitation of pedestrian bridges along the Migrants Mile Trail at Quivira National Wildlife Refuge (NWR). It details the construction requirements for various types of bridges, including their respective lengths and design considerations, such as sub-bases, widths, and installation features. The details encompass additional elements like gangplank installation with specific slope regulations, trail transitions, and structural support for all bridge types. The construction includes various materials and techniques, emphasizing the need for engineered fill and proper drainage. The document also states the necessity for compliance with aesthetic and functional criteria, ensuring all work adheres to safety standards and manufacturer's instructions. A set of construction drawings accompanies the text, outlining dimensions, materials, and installation methodologies for the pedestrian bridges. Overall, this document serves as a detailed guide for contractors responding to the federal and state request for proposals (RFPs) in the context of improving public access and maintaining ecological integrity at Quivira NWR, while highlighting the importance of safe and efficient trail connectivity.
    The Quivira NWR Trail Project, initiated by the U.S. Fish and Wildlife Service under the Great American Outdoors Act (GAOA), seeks proposals for the rehabilitation of multiple bridges, boardwalks, and trails at the Quivira National Wildlife Refuge in Stafford, Kansas (Solicitation Number: 140FGA24R0002). Contractors are required to submit proposals solely via email, ensuring they are registered in the System for Award Management (SAM). The contract is a Firm Fixed Price, with a project magnitude estimated between $500,000 and $1,000,000, and a completion timeline of 180 days post-award. A mandatory site visit is scheduled for September 3, 2024, with final proposal submissions due by September 20, 2024. Essential documents include a Price Schedule, Technical Response, Bid Bond, and a Data Entry Form. Contractors must adhere to wage criteria specified for Stafford County, Kansas, and there are stringent insurance and bond requirements for contract sums exceeding set thresholds. The proposal evaluation will be based on the Best Value – Tradeoff method, emphasizing the importance of quality and cost-effective solutions. This initiative underscores the federal commitment to maintaining and enhancing outdoor recreational infrastructure while ensuring compliance with regulatory standards.
    Similar Opportunities
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.
    Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct site inspections of abandoned mine land at the Wichita Mountains National Wildlife Refuge in Oklahoma. The primary objective of this procurement is to assess potential hazardous substance releases at ten identified sites, ensuring compliance with federal environmental guidelines and determining risks to human health and the environment. This initiative is crucial for addressing contamination issues stemming from historical mining operations, thereby safeguarding ecological integrity and public health within protected areas. Quotations are due by October 11, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.
    Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a project to deliver and spread gravel at the Hanford Reach National Monument, with a focus on reinforcing roads around the Wahluke Pond for fire management purposes. Contractors are required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to spreading, with the work to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, emphasizing the government's commitment to environmental stewardship. Interested contractors must submit their proposals by October 11, 2024, with the project budget set at under $25,000; for further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
    Z--GAOA - Show Pool Shelters Replacement and Site Res
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the Show Pool Shelter and site restoration at the Seney National Wildlife Refuge in Michigan. This project, designated under Solicitation Number 140FGA24Q0024, requires small businesses to provide comprehensive proposals that include costs for materials, labor, and supervision, with a focus on environmentally responsible practices and compliance with federal regulations. The successful contractor will undertake the demolition of the existing shelter, construction of a new facility, and restoration of the surrounding area, with a performance period extending from October 3, 2024, to April 1, 2025. Proposals are due by September 19, 2024, and interested parties should direct inquiries to Samantha Lague at samanthalague@fws.gov or call 413-253-8349.
    Irrigation Repairs at Valle De Oro NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to undertake extensive repairs to the drip irrigation system at the Valle De Oro National Wildlife Refuge in Albuquerque, NM. The project aims to restore the damaged irrigation system, which is vital for maintaining the native plant landscaping around the Visitor Center, following its failure due to improper installation and environmental exposure. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, with a performance period of 60 calendar days anticipated after receipt of the order, and a deadline for quote submission set for September 20, 2024. Interested contractors can contact Justine Coleman at justinepasiecnik@fws.gov for further inquiries regarding this opportunity.
    Y--AMD3-PUERTO RICO (VIEQUES ) CARACAS RESTROOM REHAB
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of restroom facilities at the Vieques National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona. The project involves the demolition of existing wooden compost restrooms and the installation of two new pre-cast concrete comfort stations, with a contract duration of 90 days post-Notice to Proceed (NTP). This initiative is crucial for restoring essential visitor amenities while ensuring compliance with accessibility standards and hurricane-resistant construction practices. Interested contractors must acknowledge amendments to the solicitation and submit proposals by the revised deadline of 1:00 PM, with the performance period set from November 1, 2024, to January 31, 2025. For further inquiries, contact Tina Baker at tinabaker@fws.gov.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    C--BOSQUE DEL APACHE NWR A&E DESIGN
    Active
    Interior, Department Of The
    The United States Fish and Wildlife Service (USFWS) is seeking qualified architect-engineer firms to provide professional services for the design and preparation of construction plans and specifications for the renovation and modernization of the Headquarters, Visitor Center, and Maintenance Facilities at the Bosque del Apache National Wildlife Refuge in New Mexico. The project, funded through the Great American Outdoors Act, aims to consolidate and improve infrastructure with a total budget of approximately $16.6 million, emphasizing sustainable practices, energy efficiency, and compliance with environmental regulations. Interested firms must demonstrate relevant experience and qualifications, with proposals due by September 25, 2024, and design completion expected by June 2025. For further inquiries, contact Ian Young at ianayoung@fws.gov or call 612-713-5214.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, which measure approximately 54' x 110', and must adhere to specific engineering standards, including snow and wind load requirements. This initiative is part of the federal government's commitment to enhancing infrastructure for fish stocking programs and recreational fishing, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.