SD-LAKE ANDES NWR-REPL QUARTERS FLOORING
ID: 140FGA25Q0020Type: Solicitation
AwardedJun 16, 2025
$25K$24,988
AwardeeSGI CONSTRUCTION LLC 1124 E GABRILLA DR Casa Grande AZ 85122 USA
Award #:140FGA25P0029
Overview

Buyer

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

NAICS

Flooring Contractors (238330)

PSC

REPAIR OR ALTERATION OF FAMILY HOUSING FACILITIES (Z2FA)

Set Aside

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

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for a Firm Fixed Price Construction contract to demolish and install new flooring at the Lake Andes National Wildlife Refuge in South Dakota. The project involves approximately 1,722 square feet of flooring replacement, requiring contractors to provide all necessary labor, materials, and equipment while adhering to federal contracting laws and safety regulations. This initiative aims to enhance the living conditions of government employees residing at the refuge, reflecting the government's commitment to maintaining quality housing facilities. Interested small businesses must submit their proposals by the specified deadlines, with the project budget estimated between $10,000 and $25,000 and a performance period set from June 2, 2025, to September 30, 2025. For further inquiries, contact Nicole Johnson at nicole_c_johnson@fws.gov or call 571-547-3470.

    Point(s) of Contact
    Files
    Title
    Posted
    The Lake Andes Quarters Flooring Project involves the demolition and installation of new flooring in a government housing unit located in Lake Andes, SD. The project encompasses approximately 1,722 square feet and requires the contractor to work in sections due to the home being occupied. The work sequence includes the kitchen, living areas, kids' bedrooms, and finally the master bedroom and bathroom. Contractors must operate during normal duty hours, furnish all necessary materials and tools, and ensure the work area is cleaned and waste disposed of properly. The flooring must be of durable, low-maintenance, and mildew-resistant vinyl, with selections being approved beforehand. Safety is a primary concern, and the contractor is responsible for supervising their workforce and maintaining compliance with all applicable laws and regulations. Additionally, any damages incurred during the contract must be restored at the contractor's expense. The performance period is set at a maximum of 60 days, provided weather conditions permit. This project reflects the federal emphasis on maintaining quality housing for government employees while adhering to contract standards and regulations.
    The government file appears to be a collection of graphical representations and encoded data regarding federal RFPs (Requests for Proposals), grants, and state/local proposals. Its primary purpose seems to be the analysis and dissemination of information related to funding opportunities and procurement processes within various governmental frameworks. Key elements include funding eligibility, program descriptions, and potential applicants’ requirements. The document contains extensive encoded or graphical portions that may represent specific data sets relevant to federal agencies, compliance standards, and project scopes, though much of the text is garbled or corrupted, obscuring finer details. The document likely serves as a resource for agencies and organizations interested in government funding and procurement opportunities by streamlining access to RFPs and grants. It emphasizes adherence to regulations and requirements that govern federal and state funding mechanisms, underlining the importance of transparency and accountability in government financial transactions. Overall, while the specifics are challenging to interpret due to corrupted content, the underlying intent appears focused on providing a comprehensive overview of procurement processes and funding avenues available through government channels.
    The solicitation document outlines a request for proposals (RFP) for a Firm Fixed Price Construction contract to demolish and install new flooring at the Lake Andes National Wildlife Refuge in South Dakota. The contractor will be responsible for providing all labor, materials, and equipment necessary to complete the project according to specified requirements. The RFP includes a pricing schedule with various items that need to be quoted, listed as lump sum (LS) for mobilization, demolition and waste removal, underlayment, and flooring (totaling 1722 square feet). Interested bidders are required to fill out their firm's details, including contact information and unique identifiers like their Unique Entity ID and CAGE Code. This project aims to enhance the infrastructure of the Lake Andes NWR by improving its flooring, demonstrating the federal government’s focus on maintaining and upgrading wildlife refuge facilities for conservation efforts and public use. The contract emphasizes comprehensive execution of the work while adhering to regulations set forth by the U.S. Fish and Wildlife Service.
    The PAST EXPERIENCE & REFERENCES QUESTIONNAIRE is a form designed for contractors responding to government Requests for Proposals (RFPs) or grants. It collects essential information about the contractor, including their business type, years of relevant experience, and performance history on contracts. The form requires details about previous contracts, particularly those completed within the past three years, emphasizing similar size and complexity to the current request. Contractors must provide references, including contact information and a detailed scope of work for at least three contracts. Additionally, the questionnaire seeks to verify the qualifications of key individuals who will work on the project and requires a certification statement affirming the contractor's intent to complete the project as specified. This structured approach ensures that the government can adequately evaluate each contractor’s capability, experience, and reliability for fulfilling the project's requirements. Overall, it emphasizes the importance of prior experience and references in securing government contracts.
    The document is an amendment to a solicitation for a contract related to the replacement of flooring at Lake Andes National Wildlife Refuge, issued by the U.S. Fish and Wildlife Service (USFWS). The amendment addresses vendor inquiries, specifically clarifying that the existing flooring consists of 527 sq ft of linoleum and 1,195 sq ft of carpet, which will be replaced with vinyl planks according to the Statement of Work. The amendment details the procedures for acknowledging receipt of this update to ensure offers are submitted correctly, emphasizing the importance of timely communication. The period of performance for the project is established as June 2, 2025, to September 30, 2025. This amendment helps streamline the procurement process by clarifying requirements and ensuring potential contractors are well-informed prior to submitting bids.
    The document is an amendment to solicitation number 140FGA25Q0020 regarding the replacement of flooring in the Manager's Quarters at the Lake Andes National Wildlife Refuge. Issued by the U.S. Fish and Wildlife Service (USFWS), the amendment addresses vendor questions related to the project, clarifying that the existing base can be salvaged and reused, and if new base materials are necessary, there are no specific requirements provided for the materials. The amendment emphasizes the importance of acknowledging receipt of the amendment by the specified deadline to avoid the rejection of offers. It outlines the period of performance for the project from June 2, 2025, to September 30, 2025. Overall, the document serves to communicate updates and responses to inquiries regarding the original solicitation, ensuring clarity and compliance among bidders.
    The solicitation for the Lake Andes National Wildlife Refuge Flooring Project centers on the demolition and installation of new flooring at the refuge, aiming to improve residential facilities. The total budget for the project ranges between $10,000 and $25,000, making it a Total Small Business set-aside opportunity. Proposals will be evaluated based on price and non-price factors under a Best Value selection process. The scope requires contractors to complete the work between June 2 and September 30, 2025, in sections, considering the residence of an employee and their family during construction. Compliance with Federal contracting laws and safety regulations, including the Von-Davis Bacon Act, is mandatory. Contractors must submit performance bonds, adhere to environmental guidelines, and ensure waste management protocols are followed. This solicitation underlines the government's commitment to enhancing wildlife refuge facilities while fostering opportunities for small businesses.
    Lifecycle
    Similar Opportunities
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon above-ground tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank, and reconnection of supply lines for an emergency generator. This upgrade is crucial for maintaining operational efficiency and safety standards at the hatchery, which will continue operations during the project. Interested contractors should note that quotes are due by January 13, 2026, with a site visit scheduled for January 7, 2026, and all inquiries must be directed to Christa Garrigas at christagarrigas@fws.gov by January 8, 2026. The estimated construction cost is between $25,000 and $100,000, with work expected to commence on January 20, 2026, and conclude by February 20, 2026.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    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.
    OK-WICHITA MTNS RFG-CONCRETE DISPOSAL
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract for concrete demolition debris removal at the Wichita Mountains Wildlife Refuge in Indiahoma, Oklahoma. The project entails the removal of approximately 15,000 tons of concrete debris, including rebar, brick, and cinderblock, with options for an additional 6,000 tons, and requires compliance with federal regulations such as the Buy American Act and Davis-Bacon Wage Rates. This contract is crucial for restoring the site to its natural state and ensuring environmental protection, with a performance period of 180 days from the notice to proceed, and work expected to commence within 5 days. Interested small businesses must contact Shanen Fox at shanenfox@fws.gov or call 503-736-4469 for further details, with the project valued between $250,000 and $500,000.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, aims to restore the ecosystem along the Missouri River through various construction activities, including riparian planting, gravel path construction, and the installation of stone revetments and dikes. The estimated contract value ranges between $10 million and $25 million, with bids due by December 17, 2025, at 2:00 PM Central Time. Interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email and ensure compliance with all specified requirements, including a mandatory site visit scheduled for November 24, 2025.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    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.