WA LITTLE PEND OREILLE NWR ASBESTOS ABTM
ID: 140FS125Q0095Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide asbestos abatement services at the Q40 facility within the Little Pend Oreille National Wildlife Refuge in Colville, Washington. The project requires the removal of asbestos-containing materials, including 192 square feet of textured mud from a bathroom wall, along with cleaning ventilation ducts and ensuring compliance with safety and environmental regulations. This procurement is a Total Small Business Set-Aside, emphasizing the government's commitment to engaging small businesses while ensuring the safe handling of hazardous materials. Proposals are due by July 31, 2025, and interested parties should contact Oscar Orozco at oscar_orozco@fws.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a solicitation for asbestos abatement services at the Little Pend Oreille National Wildlife Refuge in Colville, Washington. The U.S. Fish and Wildlife Service requires contractors to provide these services by July 31, 2025, with the bidding process designated as a Total Small Business Set Aside under FAR regulations. Proposals will be evaluated based on the lowest price technically acceptable, requiring bidders to demonstrate technical capability and past performance. Key tasks include the removal of 192 square feet of asbestos-containing mud texture from a bathroom wall, cleaning ventilation ducts, mopping surfaces, and vacuuming carpets using HEPA vacuums. A comprehensive abatement report documenting the disposal of hazardous materials is also a requirement. The contractor must be registered with SAM and meet specific safety regulations, emphasizing compliance with OSHA standards and environmental requirements. The document includes procedural requirements for bid submissions, details about site access, and stipulations about safety and waste management, ensuring adherence to federal, state, and local regulations. Overall, the solicitation underscores the importance of safety in hazardous material handling while promoting small business participation in federal contracting opportunities.
    This document is a Request for Proposal (RFP) issued for asbestos abatement services at the Q40 facility located within the Little Pend Oreille National Wildlife Refuge (NWR). The contractor is required to complete the work by July 31, 2025, with a performance period starting from June 23, 2025. The solicitation specifies that it is administered by the U.S. Fish and Wildlife Service (FWS) and outlines the need for services that align with federal acquisition regulations. Various codes indicate the procedural aspects of the solicitation, such as payment terms, solicitation methods (RFP), and specific compliance with Defense Priorities and Allocations System (DPAS) regulations. The contractor must provide required information, including estimated costs and relevant business designations (e.g., service-disabled veteran-owned, HUBZone small business). The RFP reflects the government's commitment to ensuring proper removal of hazardous materials while adhering to safety and regulatory standards during facility operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking contractors for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. This project involves the installation of a new HVAC system suitable for approximately 1,600 square feet, including necessary components such as ductwork, a backup heat kit, and a surge protector, due to ongoing issues with the existing system. The work is critical for maintaining a suitable environment for hatchery operations and must be completed as soon as possible, with a target completion date of January 30, 2026. Interested contractors should contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792 for further details, noting that the contract value is estimated to be less than $20,000 and will be awarded based on the lowest price that is fair and reasonable.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    Y1DA--528A6-26-611 Abate Asbestos Pipe Insulation - B76
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide abatement and demolition services for asbestos pipe insulation at the Buffalo Veterans Affairs Medical Center (VAMC) located at 3495 Bailey Ave, Buffalo, NY. The project requires the contractor to complete the work within 21 days of award, including the demolition of approximately 330 square feet of plaster ceiling and the abatement of various asbestos-containing materials in compliance with federal and state regulations. This procurement is critical for maintaining a safe healthcare environment, as it addresses hazardous materials that could pose health risks to patients and staff. Interested contractors must contact Devan Bertch at Devan.Bertch@va.gov for further details and to ensure compliance with all necessary certifications and regulations.
    Libby Asbestos Superfund Site Responsible Party Oversight, Proposed Plan, Record of Decision
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is preparing to issue a solicitation for the Responsible Party Oversight, Feasibility Study, and Record of Decision for the Libby Asbestos Superfund Site in Libby, Montana. This procurement aims to provide oversight for a PRP-led Feasibility Study, which will analyze data regarding the contamination of Libby amphibole asbestos and develop a Proposed Plan and Record of Decision for remediation efforts. The project is critical for addressing environmental risks associated with asbestos contamination in the area, particularly in relation to wildfire suppression activities. Interested parties should note that the solicitation will be released no sooner than 15 days from the announcement date, and they can contact Amanda N. Lane at amanda.n.lane@usace.army.mil or Zachary Kinder at zachary.g.kinder@usace.army.mil for further information. The project is expected to span 36 months from the date of award.
    F--Invasive Species Treatment at Coldwater River NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the Invasive Species Treatment at Coldwater River National Wildlife Refuge in Grenada, Mississippi. The project involves the removal of invasive Chinese tallow trees across a 56-acre area, with a goal of achieving a 95% control rate within four to six months post-treatment, utilizing approved herbicides and adhering to environmental protection guidelines. This small business set-aside contract, with an estimated performance period from January 5, 2026, to September 30, 2026, emphasizes technical and past performance in its evaluation criteria, with quotes due by December 22, 2025. Interested parties should contact Contract Specialist Fred Riley at fredriley@fws.gov for further details and ensure they acknowledge the solicitation amendment by the specified deadline.
    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.
    OH OTTAWA NWR WATER CONTROL STRUCTURE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The procurement includes various materials such as pre-cast concrete boxes, aluminum stop logs, HDPE pipes, and sealants, aimed at enhancing existing wetland units and installing a new stoplog structure. This initiative is crucial for maintaining the ecological integrity of the refuge, ensuring effective water management in wetland habitats. Interested contractors must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026. For further inquiries, contact Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    J&A-Bridge for Gull Abatement Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Northwest, is seeking contractors for a three-month bridge contract focused on Gull Abatement Services in Silverdale, Washington. This procurement aims to address environmental management needs by mitigating the presence of gulls, which can pose challenges to military operations and local ecosystems. Interested parties can reach out to Moriah Carter at moriah.a.carter.civ@us.navy.mil or Cari Burnham at cari.m.burnham.civ@us.navy.mil for further details regarding the contract. The opportunity is categorized under Other Environmental Services, with the associated PSC code being F999.
    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.