LA SE LA REFUGES CAT ISLAND LIMESTONE
ID: 140FS324Q0138Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Crushed and Broken Limestone Mining and Quarrying (212312)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

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

    The Department of the Interior, specifically the US Fish and Wildlife Service, has issued a Combined Synopsis/Solicitation notice for the procurement of crushed and broken limestone. This service is typically used for mining and quarrying purposes. The notice is set aside for small businesses and falls under the NAICS code 212312 for Crushed and Broken Limestone Mining and Quarrying. The primary contact for this procurement is Merenica Banks, who can be reached at merenica_banks@fws.gov or 0000000000. The title of the procurement is "LA SE LA REFUGES CAT ISLAND LIMESTONE" and it will be delivered to the specified location.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CRD Rock Crushing
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide rock crushing services for the Craig Ranger District (CRD) within the Tongass National Forest in Alaska. The contractor will be responsible for all labor, supervision, management, tools, materials, and equipment necessary to produce 5,500 cubic yards of crushed aggregate at a government-owned quarry, with the contract period extending from the award date until November 30, 2024. This procurement is critical for fulfilling the government's need for aggregate material, ensuring compliance with industry standards and environmental regulations. Interested contractors must submit their proposals by September 16, 2024, and can direct inquiries to Veronica Lamboy Santana at Veronica.LamboySantana@usda.gov or Raymond Padgett III at raymond.padgett@usda.gov.
    56--FY24 VAFO trail work materials
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting quotes for the procurement of trail materials necessary for the repair and maintenance of trails at Valley Forge National Historical Park. The project specifically requires over 2,000 tons of various sizes of stone, stone dust, and mixed boulders, with strict specifications regarding color and delivery timelines. This procurement is vital for preserving the park's historical significance and ensuring the safety and accessibility of its trails, with the contract period set from September 25 to November 24, 2024. Interested small businesses must submit their firm fixed price quotes by September 18, 2024, and can direct inquiries to Joshua Kirleis at JoshKirleis@nps.gov or by phone at 610-783-1045.
    CARIBOU-TARGHEE NATIONAL FOREST - Stoddard Creek Campground Gravel
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the delivery of 1,000 yards of ¾ Road Base gravel to the Stoddard Creek Campground located in the Caribou-Targhee National Forest, Dubois Ranger District, Idaho. The project requires that bidders provide proof of specifications for the gravel to ensure compliance with project requirements, and it explicitly states that belly dump or side dump trailers cannot be used for the delivery. This procurement is part of broader federal initiatives aimed at enhancing recreational spaces and improving visitor amenities within public lands, thereby promoting outdoor activities and tourism. Interested contractors should contact Robyn Akins at Robyn.Akins@usda.gov or Curtis Neppl at curtis.neppl@usda.gov for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    IA PORT LOUISA NWR CULVRT MAT. RUSH LAKE
    Active
    Interior, Department Of The
    The U.S. Fish & Wildlife Service is soliciting proposals for the construction of precast concrete box culvert structures at the Port Louisa National Wildlife Refuge, specifically for the reconstruction of the Rush Lake Outfall. The project requires the delivery of five-foot by five-foot precast concrete box culverts and associated materials, with a total estimated cost of less than $25,000, emphasizing compliance with quality standards set by the Iowa Department of Transportation. Interested contractors must ensure adherence to safety protocols and environmental compliance, with key deadlines including a site visit on September 11, 2024, and quotes due by September 18, 2024. For further inquiries, potential bidders can contact William Koski at williamkoski@fws.gov.
    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.
    9930--OFF-SITE MANUFACTURE OF BLANK (L1) FOR NATIONWIDE DISTRIBUTION FOB Origin
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its National Cemetery Administration, is seeking proposals for the off-site manufacture and nationwide distribution of blank L1 granite markers intended for the graves of veterans. This procurement aims to support on-site inscription programs at national cemeteries, ensuring that the granite markers meet specific quality standards for material composition, durability, and aesthetics. The contract, set to run from October 1, 2024, to September 30, 2025, with four optional one-year renewals, emphasizes the importance of past performance, quality assurance, sample submission, and price in the evaluation process. Interested small businesses must submit their proposals by September 19, 2024, and direct inquiries by September 12, 2024, with all relevant documents available for download at https://sam.gov.
    Z--NJ EDWIN B FORSYTHE NWR SIGN INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the installation of signs at Little Beach Island, New Jersey, as part of the Edwin B. Forsythe National Wildlife Refuge project. The procurement involves the installation of eight 4’ by 8’ aluminum signs and five 2’ by 4’ aluminum signs, with the contractor responsible for providing necessary signposts, concrete, hardware, and equipment for installation. This project is crucial for protecting critical nesting habitats for endangered species by deterring public recreation on the island. Interested small businesses must submit their quotes by September 10, 2024, with work expected to commence between September 30, 2024, and November 30, 2024. For further inquiries, contact Lee Ann Riley at leeriley@fws.gov or call 404-679-4158.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    56--AR-WAPANOCCA NWR-CULVERTS
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the delivery of four aluminum culverts to the Wapanocca National Wildlife Refuge in Turrell, Arkansas. The procurement requires specific culvert specifications, including a length of 30 feet, a diameter of 48 inches, and a 12-gauge thickness, along with additional components such as connecting bands. This initiative is crucial for maintaining infrastructure within the wildlife refuge, ensuring compliance with environmental standards and operational needs. Interested small businesses must submit their quotations by August 29, 2024, and can direct inquiries to Contracting Specialist Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349. The performance period for the contract is set from September 5, 2024, to July 31, 2025.
    IL-CRAB ORCHARD NWR- BIL FIRE CTL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified vendors to provide a Compact Track Loader for the Crab Orchard National Wildlife Refuge as part of a combined synopsis/solicitation. The procurement requires a loader with specific capabilities, including a minimum engine power of 89 hp, a rated operating capacity of 3,100-3,500 lbs, and features such as high-flow hydraulics, safety systems, and compliance with U.S. EPA emission standards. This equipment is crucial for effective fire control and land management within the refuge, ensuring operational efficiency and safety. Interested parties must submit their quotes by September 19, 2024, and can direct inquiries to Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.