N--OK-TISHOMINGO NFH-POND LINERS
ID: 140FHR24R0013Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, HURRICANE & RECOVERYFalls Church, VA, 22041, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

INSTALLATION OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (N046)
Timeline
    Description

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project involves the removal of existing liners from Ponds #4 and #14, reshaping the pond bottoms, and installing new underdrain systems along with geotextile fabric and geomembrane pond lining, all aimed at enhancing ecological conditions at the hatchery. This procurement is critical for maintaining the operational integrity of the hatchery and supporting wildlife management efforts, with an estimated project cost between $250,000 and $500,000 and a performance timeline of 90 calendar days. Interested contractors must submit sealed bids electronically by 5:00 PM local time on September 25, 2024, and can contact Tracy Gamble at tracy_gamble@fws.gov or 404-679-4055 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements and general conditions for the installation of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma, scheduled for 2024. The project involves the removal of existing pond liners from Ponds #4 and #14, reshaping the pond bottoms, installing a new underdrain system, and applying geotextile fabric and geomembrane pond lining. It details the standards and specifications that contractors must meet, referencing organizations such as ACI, ASTM, and EPA for relevant codes. Key components include the need for submittal documents, quality assurance protocols, and safety regulations during construction. Contractors are also responsible for site management, including waste disposal and cleanup, adherence to project schedules, and the provision of utilities necessary for the work. Specific attention is given to the warranty requirements for materials and workmanship, emphasizing the importance of meeting project standards throughout the process. Overall, this document serves as a crucial guideline for contractors involved in the government-funded project aimed at improving ecological conditions at the hatchery.
    The document outlines the specifications and statement of work for the installation of pond liners at Ponds #4 and #14, situated in Tishomingo National Fish Hatchery, Johnston County, Oklahoma. The project, authorized by the U.S. Fish and Wildlife Service, aims to replace and improve the existing pond liners to enhance operational efficiency and environmental compliance. Key components include detailed design drawings and specifications for the installation process, outlining requirements for materials, dimensions, drainage systems, and structural configurations to ensure proper water management. The document includes a series of technical details, such as sub-drain installations, adhesive overlaps, and anchor trench specifications, aimed at preventing water leakage and ensuring structural stability. Moreover, contractor responsibilities emphasize the necessity of field verification of measurements and adherence to standards for ecological conservation. The project reflects a strategic commitment by the federal government towards maintaining aquatic habitats and infrastructure within national fish hatcheries, essential for wildlife management and preservation efforts.
    The U.S. Fish and Wildlife Service plans to solicit proposals for Pond #4 and #15 renovation projects, focusing on drainage improvements and new lining installation. The goal is to find a small business enterprise capable of executing these upgrades while adhering to strict technical standards. This pre-solicitation notice outlines a forthcoming firm-fixed price contract, with evaluation based on technical approach, past performance, and capability. The full solicitation package will be available on SAM.gov, with registration required for participation. Emphasizing cost-effectiveness, the contract will be awarded using the Lowest Price Technically Acceptable (LPTA) approach. Written inquiries are welcome, and the solicitation documents will be posted on August 28, 2024.
    The document pertains to the wage determinations required for the construction project involving the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma, as governed by the Davis-Bacon Act. It provides updated wage rates for various construction classifications and outlines compliance requirements under Executive Orders 14026 and 13658, which set minimum wage standards for federal contracts. Specifically, contractors must pay covered workers either at least $17.20 or the applicable wage rate for the work performed in 2024. Various classification wage rates are provided, including those for boilermakers, electricians, plumbers, and laborers, alongside fringe benefits. Furthermore, it details the appeal process for wage determination disputes and specifies a protocol for submitting classification requests not listed in the determination. This document serves as a crucial guideline for contractors to ensure fair compensation and compliance with federal labor laws during the execution of federally funded construction work.
    The document outlines a bid sheet for the Tishomingo National Fish Hatchery located in Johnston County, OK, focusing on the removal and replacement of pond liners in two specified ponds (Pond #4 and Pond #14). It lists ten distinct tasks related to this project, including the removal of existing liners, regrading of pond banks, installation of geotextile fabric, underdrains, and new pond liners for both ponds. Each task specifies the estimated quantity and unit of measurement, but no unit prices or total costs are provided. The document serves as a formal request for contractor bids to complete these rehabilitation tasks, which are essential for maintaining the operational integrity of the fish hatchery. This aligns with federal and local governmental efforts to enhance environmental management practices and uphold fishery resources.
    The government solicitation 140FHR24R0013, issued by the Fish and Wildlife Service (FWS) on August 28, 2024, seeks contractor bids for the replacement of Pond #4 and #14 liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. This federal procurement, classified under NAICS code 562998, outlines a Fixed-Price contract with an estimated project cost between $250,000 and $500,000 and a required performance timeline of 90 calendar days. Contractors are required to begin work within 10 days of receiving the notice to proceed. Sealed bids must be submitted electronically by 5:00 PM local time on September 25, 2024. The contractor must also furnish required bonds and insurance, acknowledging the comprehensive stipulations outlined in the attached documents for construction, environmental considerations, and compliance with federal regulations. Among the specific compliance measures are adherence to Davis-Bacon wage standards, prevention of environmental hazards, and the use of only approved materials. This solicitation emphasizes the government's dedication to environmental integrity and compliance within federal contracting processes while addressing safety and operational standards during construction projects.
    This document serves as Amendment #1 to the solicitation 140FHR24R0013, issued by the U.S. Fish and Wildlife Service for hurricane recovery efforts. The amendment provides an updated site visit date and time for potential contractors, scheduled for September 11 at 9 AM Central Time (CST). It emphasizes that all other terms and conditions of the original solicitation remain unchanged. Contractors are required to acknowledge receipt of this amendment via specified methods, ensuring the acknowledgment is received by the designated location before the specified deadline. The amendment modifies the original procurement document and outlines administrative changes, including the necessary documentation to be submitted if changes are made to offers already submitted. Overall, this amendment is crucial for maintaining clear communication and compliance in the bidding process for recovery efforts linked to hurricane-related damage.
    The document outlines a solicitation for bids to replace liners at Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project requires the contractor to provide labor, equipment, materials, and transportation within a fixed-price contract framework. The relevant NAICS code for this acquisition is 562998, covering miscellaneous waste management services, with an estimated project cost between $250,000 and $500,000. The contractor must begin work within 10 calendar days of award and complete it within 90 days. The solicitation specifies that performance and payment bonds are required. Proposals must be submitted electronically by a specified due date, and the successful contractor must be registered in the SAM database. The specific tasks include replacing liners for Pond #4 by October 31, 2024, and Pond #14 by December 31, 2024. This RFP highlights the government's commitment to maintaining and enhancing environmental facilities through targeted infrastructure investment while ensuring compliance with regulatory standards for procurement processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide construction services valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    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.
    WA-SPRING CRK NFH-DE-WATERING & EFFLUENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a federal contract to service and install pumps at the Spring Creek National Fish Hatchery in Washington State. The procurement involves servicing a 30 HP de-watering pump and installing a new 7.5 HP effluent pump, with a focus on ensuring operational efficiency and compliance with federal regulations. This opportunity is particularly significant as it supports the maintenance of vital hatchery services, which are crucial for the management of fishery resources. Interested small businesses must submit their quotes electronically by September 19, 2024, with the contract performance period running from September 23, 2024, to November 30, 2024. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
    Well Rehabilitation - VA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the rehabilitation of an 8-inch production well at the Harrison Lake National Fish Hatchery in Charles City, Virginia. The project aims to restore the well's flow capacity and water quality, which is crucial for maintaining hatchery operations, as the well was last serviced in 2013. This procurement is significant for ensuring the sustainability of fish populations and the overall effectiveness of the hatchery's operations. Proposals are due by September 18, 2024, with a site visit scheduled for September 4, 2024, and interested parties can contact Christine Beauregard at ChristineBeauregard@fws.gov for further information.
    Y--WY-JACKSON NFH-SEPTIC SYSTEM
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the construction of a 2000-gallon, 3-stage concrete septic system at the Jackson National Fish Hatchery in Wyoming. The project aims to enhance waste management services for the Volunteer Complex, which includes RV pads and a volunteer bunkhouse, in compliance with federal and local regulations. This initiative is critical for maintaining public health standards and supporting environmental preservation efforts at the hatchery site. Interested contractors must submit their proposals, including all required documentation, by September 19, 2024, at 5:00 PM EDT, and are encouraged to contact John Ferrall at johnferrall@fws.gov for further information.
    Baskett Slough NWR - Cackler Marsh Wetland Restora
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the Cackler Marsh Fish Passage Project, which involves the procurement of specific piping materials necessary for wetland restoration at Baskett Slough National Wildlife Refuge in Dallas, Oregon. The project requires various sizes of HDPE and PVC pipes, elbows, and saddles, with a focus on engaging small businesses as this opportunity is designated as a total small business set-aside under NAICS code 238120. The selected contractor will be responsible for delivering all materials by October 23, 2024, with quotes due electronically by September 17, 2024. Interested parties can contact Terrence Anderson at terrenceanderson@fws.gov or call 682-294-0280 for further information.
    56--AR - NORFORK HATCHERY COLUMN AERATION UNITS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is conducting a Sources Sought Notice for the procurement of oxygenation equipment and aluminum packed columns for the Norfork National Fish Hatchery in Mountain Home, Arkansas. The anticipated contract will involve supplying vertical column aeration units, stands, and fill material, specifically designed to remove volatile organic compounds (VOCs) from water through air stripping processes. This equipment is crucial for maintaining water quality in aquaculture environments, ensuring the health and sustainability of fish populations. Interested businesses are invited to respond by providing their Unique Entity Identifier (UEI), relevant NAICS codes, and documentation of past projects similar to the requirements outlined, with responses due by September 8, 2024, at 5:00 PM ET. For further inquiries, contact Tina Baker at tinabaker@fws.gov.
    Formalin for Dworshak NFH
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of formalin to treat adult Chinook salmon and steelhead trout at the Dworshak National Fish Hatchery (DNFH) in Orofino, Idaho. The contract requires the delivery of seven totes, each containing 275 gallons of formalin with specific chemical concentrations, by September 15, 2024, to ensure effective treatment for parasites affecting the fish. This procurement is crucial for maintaining the health of salmonid populations and supports the hatchery's operational needs. Interested small businesses must submit their quotes by September 18, 2024, and can contact Justine Coleman at justinepasiecnik@fws.gov or 413-253-8287 for further information.
    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.
    Y--OR-DIV OF ENGINEERING-EGG INCUBATION ROOM
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a design-build contract to construct an additional egg incubation room at the Lookingglass National Fish Hatchery. This project aims to enhance the hatchery's egg incubation capacity by 10-15%, thereby improving safety, efficiency, and productivity through the consolidation of equipment and the installation of new structural and mechanical systems. The anticipated contract, classified under NAICS code 238990, will require comprehensive design and construction services, including site development and utility connections. Interested parties, particularly small businesses and service-disabled veteran-owned firms, must submit a five-page response detailing their capabilities by September 16, 2024, to Cindy Salazar at CindySalazar@fws.gov.