ME RACHEL CARSON NWR PARKING LOT PROJECT
ID: 140FGA25Q0054Type: Solicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

REPAIR OR ALTERATION OF PARKING FACILITIES (Z2LZ)

Set Aside

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

    The Department of the Interior, U.S. Fish and Wildlife Service, is soliciting proposals for the construction of a gravel parking lot at the Rachel Carson National Wildlife Refuge in Kennebunk, Maine, under Solicitation Number 140FGA25Q0054. The project involves removing existing pavement, leveling the surface, clearing trees and overhanging branches, and grinding stumps, with the goal of providing low-maintenance parking for visitors to the refuge. This construction project is set aside for Total Small Businesses, with an estimated value between $25,000 and $100,000, and requires completion between September 29, 2025, and December 30, 2025. Interested contractors must submit their quotes by August 28, 2025, and can direct inquiries to Nicole Johnson at nicole_c_johnson@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The RFQ 140FGA25Q0054 is a federal government Request for Quotation for a Firm-Fixed-Price Construction Project to create a gravel parking lot at the Rachel Carson National Wildlife Refuge in Kennebunk, Maine. The project, estimated between $25,000 and $100,000, is set aside for Total Small Businesses. The work involves removing pavement, leveling the road surface, and clearing trees and stumps. Key requirements include commencing work within 14 calendar days of receiving the notice to proceed and completing it within 90 days. Contractors must comply with various federal regulations, including those concerning electronic invoicing via the IPP system, environmental protection, historical preservation, hazardous materials, green procurement, and prevailing wage rates (Davis-Bacon Act). The document outlines detailed clauses for contract administration, payment, inspection, and the Buy American Act for construction materials. Attachments include the Statement of Work, Wage Rate Determinations, Bid Schedule, and Past Performance Survey.
    The Rachel Carson National Wildlife Refuge in Kennebunk, Maine, is undertaking the Brown Street/Western Avenue/Route 9 Parking Lot Project (PR Number: 0044022893). This project involves converting a section of paved refuge road (approximately 4,128 sq ft) into a gravel parking lot. The work includes removing pavement, leveling the surface, cutting and removing 6 large pine trees and 10 smaller trees, grinding all stumps, and trimming overhanging branches. All removed materials must be disposed of according to State of Maine and municipal laws, with the contractor responsible for obtaining all necessary permits. The project is expected to run from September 29 to December 30, 2025. The new gravel lot will provide low-maintenance parking for visitors to access the refuge. A key hazard identified is above-ground powerlines along Western Avenue/Route 9.
    The document outlines requirements for proposals related to government contracts, grants, and RFPs, emphasizing compliance and detailed project execution. Key areas include infrastructure upgrades, hazardous material management, and general facility maintenance. Proposals must cover mechanical, plumbing, and fire suppression systems, adherence to safety protocols (like infection control), and environmental assessments for hazardous materials. The file stresses the importance of thorough planning, coordination among different trades, and adherence to specific government standards and regulations. It also highlights the need for accurate documentation, clear scope definition, and robust project management to ensure successful and compliant delivery of services or works.
    RFQ 140FGA25Q0054 is a Firm-Fixed-Price Construction Project for the Rachel Carson National Wildlife Refuge in Kennebunk, Maine. The project entails creating a gravel parking lot by removing existing pavement, leveling the surface, and clearing trees, branches, and stumps. This Request for Quote (RFQ) requires bidders to provide their firm's details, including name, address, Unique Entity ID, CAGE Code, and contact information. The project, listed as Item No. 0010, is a single lump sum (LS) for the entire Parking Lot Construction Project. The work location is specified as the north side of Brown Street, west of Western Avenue/Route 9, within the refuge property. This RFQ is a standard government procurement document seeking bids for a defined construction task.
    Attachment 4 to RFP 140FGA25Q0054, for the Rachel Carson NWR Brown Road Parking Lot Project, is a "Past or Present Performance Survey" designed to gather detailed information from prospective contractors. The document requires companies to provide general business information, including their name, address, date established, company leadership, and SAM.gov Unique Entity ID. The primary purpose of this attachment is to collect comprehensive data on up to three past or in-progress prime or subcontracts. For each contract, respondents must detail the contracting agency, point of contact, contract number, amount, project title and location, general scope of work, the company's role (prime, joint venture, or subcontractor), work subcontracted to others, total subcontract amount, period of performance, scheduled and actual completion dates, percentage of work completed, and whether the contract was terminated. Additionally, it asks about the use of Quality Control and Safety Plans, any problems encountered, and their resolutions. The document concludes with a certification section for the survey preparer's details and signature, ensuring accountability for the provided information. This survey is crucial for evaluating a bidder's experience and capability in similar projects.
    The Department of the Interior, U.S. Fish and Wildlife Service, has issued Solicitation Number 140FGA25Q0054, a Request for Proposal (RFP) for the construction of a gravel parking lot at the Rachel Carson National Wildlife Refuge in Kennebunk, Maine. The project, identified as "Brown Street/Western Avenue/Route 9 Parking Lot Project," involves removing existing pavement, leveling the surface, clearing trees and overhanging branches, and grinding stumps. The solicitation was issued on August 7, 2025, with offers due by August 28, 2025, at 5:00 PM local time. A mandatory site visit is scheduled for August 12, 2025. The performance period for the project is from September 29, 2025, to December 30, 2025. Offerors must submit all required information as outlined in Section L for their quote to be considered responsive. Questions and quotes should be submitted to nicole_c_johnson@fws.gov.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Buyer not available
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    MAJOR MAINTENANCE & REPAIR (M&R) AT USCG SECTOR FIELD OFFICE, SOUTHWEST HARBOR, ME (HANCOCK COUNTY)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a Major Maintenance & Repair (M&R) project at the Sector Field Office in Southwest Harbor, Maine. The project involves providing all necessary labor, materials, equipment, supervision, and disposal services for repairs to the Multi-Mission Building, Boat Maintenance Facility, and Unaccompanied Personnel Housing. This contract is a total small business set-aside, with an estimated construction value between $1,000,000 and $5,000,000, and a performance period of 362 calendar days from the Notice to Proceed. Interested vendors must register in the System for Award Management and can access solicitation documents starting November 7, 2025, with bids due by December 9, 2025, at 2:00 PM. For further inquiries, contact Daniel B. Walker at Daniel.B.Walker@uscg.mil or by phone at 401-602-3518.
    Y--Beach Access Upgrades
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Buyer not available
    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.
    Pavement Repair, Seal Coating, and Line Striping, Buffumville Lake, Charlton, MA and Hodges Village Dam, Oxford, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for pavement repair, seal coating, and line striping at Buffumville Lake in Charlton, MA, and Hodges Village Dam in Oxford, MA. The project entails providing all necessary labor, materials, equipment, and transportation to repair pavement cracks, seal coat, and line stripe designated parking lots and dam crest roads, with specific requirements for safety protocols and environmental compliance. This procurement is set aside for small businesses, with a contract value estimated between $100,000 and $250,000, and interested vendors must have an active registration in SAM.gov to be eligible. The deadline for submitting offers is December 10, 2025, at 5:00 PM Eastern, and inquiries can be directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Construction Services for Bar Harbor Breakwater Repair Project, Bar Harbor, Maine
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is seeking bids for the Bar Harbor Breakwater Repair Project located in Bar Harbor, Maine. The project involves repairing two significant sections and several minor areas of a historic rubble mound breakwater that has sustained storm damage since its construction between 1889 and 1916. This repair work is crucial for maintaining the structural integrity of the breakwater, which extends approximately 2,500 linear feet and is essential for coastal protection in the area. Interested contractors should note that the solicitation will be available around October 2025, with construction anticipated to begin in the spring of 2026, and the estimated construction cost ranges from $10 million to $25 million. For further inquiries, contact Kayla Gonsalves at kayla.gonsalves@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    REPAVE CGA, PSN 30134884
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.