Y--WY-JACKSON NFH-SEPTIC SYSTEM
ID: 140FC125R0006Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 1Falls Church, VA, 22041, USA

NAICS

Site Preparation Contractors (238910)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 5, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 9:00 PM UTC
Description

The U.S. Fish and Wildlife Service is seeking qualified contractors for the construction of a septic system at the Jackson National Fish Hatchery in Wyoming. The project involves the procurement, transport, and installation of a 2000-gallon concrete septic tank with associated components, ensuring compliance with Teton County standards. This initiative is crucial for providing sewage services to the Volunteer Complex, which includes RV pads and a volunteer bunkhouse, thereby enhancing the operational capacity of the facility. Proposals must be submitted via email by April 11, 2025, with construction scheduled to commence no earlier than May 10, 2025, and completed by May 30, 2025. Interested parties can contact John Ferrall at john_ferrall@fws.gov or 571-547-3230 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 6, 2025, 1:03 AM UTC
The document outlines a Statement of Work for the construction of a 2000-gallon, 3-stage concrete septic tank at the Jackson National Fish Hatchery (NFH) in Wyoming. The primary objective is to provide sewage services for the Volunteer Complex, which includes RV pads and a volunteer bunkhouse. The contractor must be licensed and certified for both the construction and transportation of the septic system, adhering to all relevant federal, state, and local regulations. Work will take place at the NFH, with a completion deadline set for June 1, 2025, to accommodate summer activities. Hatchery staff will handle excavation and mainline installation, while the contractor will supply, install, and connect the septic tank and associated parts, complying with design specifications and local regulations. The contractor will also provide necessary materials, while the government will supply restrooms, water, and electricity. Evaluation and acceptance of the project will be conducted by designated representatives from the U.S. Fish and Wildlife Service. Quality control measures will follow industry standards. The document includes contact details for the technical coordinators responsible for overseeing the project, ensuring successful execution and compliance.
Apr 6, 2025, 1:03 AM UTC
The document provides an extensive overview of federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs. It emphasizes the procedural requirements and expectations for organizations seeking government contracts or funding. The main topic centers around guidelines for submitting proposals, including eligibility criteria, documentation needed, and evaluation criteria used for selecting winning proposals. Key ideas highlight the importance of compliance with regulatory standards, the need for detailed project descriptions, and financial transparency throughout the application process. The document also underlines the timeline involved in submitting proposals and the significance of adhering to deadlines to ensure consideration for funding opportunities. Overall, it reflects the government’s structured approach to project selection, aiming to promote fair competition and effective use of taxpayer resources.
The document outlines a construction project at the National Fish Hatchery in Jackson, focusing on the installation of a new wastewater management system. Key components include the installation of approximately 114 linear feet of 6-inch Schedule 40 PVC sewer main, a 2000-gallon septic tank with pump and controls, and various sewer service connections and cleanouts, particularly for recreational vehicles (RVs). Additionally, perforated laterals spaced at 6 feet will be laid out over a specified length to facilitate proper drainage, along with a force main to connect the septic system to the drainage field. It states the need for ensuring proper clearance from a nearby well and details the installation processes along with related infrastructure, like a control panel and concrete fixtures. The specification of a reserved area for a replacement leech field indicates foresight in environmental management. This project aligns with government RFPs' objectives by ensuring effective wastewater treatment and compliance with environmental regulations while enhancing the operational capacity of the facility. Overall, the document serves as a technical guide for contractors engaged in municipal and environmental infrastructure development.
Apr 6, 2025, 1:03 AM UTC
The document is an amendment to solicitation number 140FC125R0006 concerning construction at the Jackson National Fish Hatchery in Wyoming. It addresses several Request for Information (RFIs) from potential contractors regarding the scope of work and pricing details. The amendment clarifies that all excavation work will be conducted by the Fish and Wildlife Service (FWS) employees, hence there is no need for contractors to price excavation services. Additionally, the FWS will provide the necessary heavy equipment for excavation, eliminating any expectation for the contractor to supply equipment. The document also states that while a contractor's specific licensing is not needed, they must register with the Wyoming Secretary of State's Office to operate legally in the state and adhere to any local requirements. The main purpose of this amendment is to ensure that contractors have a clear understanding of their roles, requirements, and the scope of the project, thereby promoting accurate proposals for the federal grant opportunity. This amendment serves as a critical communication tool to align contractors' expectations with the project's needs.
Apr 6, 2025, 1:03 AM UTC
The document pertains to Amendment 0002 related to the solicitation FC1 for the construction of a septic system at the Jackson National Fish Hatchery. The amendment's primary purpose is to address a Request for Information (RFI) regarding the supply of a 2000-gallon septic tank, which has proven challenging to procure. As a solution, the government is willing to accept a combination of a 1,000-gallon and a 1,500-gallon tank, provided the total capacity meets or exceeds 2000 gallons. The proposal submission deadline has been extended from April 8, 2025, to April 11, 2025, at 5:00 PM EDT to accommodate these changes. All proposals must acknowledge receipt of this amendment by specified methods to ensure consideration. This amendment illustrates the government's flexibility in accommodating contractor feedback while maintaining project specifications and timelines, reflecting standard practices in federal RFP processes.
Apr 6, 2025, 1:03 AM UTC
The document outlines a solicitation for a construction project by the U.S. Fish and Wildlife Service (FWS) for a new septic system at the Jackson National Fish Hatchery in Wyoming. The project includes the procurement, transport, and installation of a 2000-gallon concrete septic tank with associated components, ensuring compliance with local regulations. The solicitation is a 100% small business set-aside and requires proposals submitted by April 8, 2025. Construction is to begin no earlier than May 15, 2025, with completion by May 30, 2025. It emphasizes that the contractor must provide detailed plans, perform quality control, and adhere to environmental and safety regulations throughout the project. The evaluation criteria will rely on the Lowest-Price Technically Acceptable (LPTA) method. The contractor is also responsible for submitting required documentation, including proposals and performance records, while ensuring compliance with wage determinations and federal regulations. The document is structured into sections covering solicitation details, pricing, specifications, contract administration, and clauses detailing the contractor's responsibilities and compliance requirements. Overall, this solicitation exemplifies the federal procurement process aimed at sustainable environmental practices while fostering small business participation.
Apr 6, 2025, 1:03 AM UTC
The document outlines a permit application for a new septic system at Jackson National Fish Hatchery in Wyoming, submitted by Sean Henderson for the USA Fish and Wildlife Service. The project aims to support the installation of a small wastewater facility, specifically designed for four RV pads and two studio apartments, without connecting to a sewer system. The permit is valid from September 3, 2024, to September 3, 2025, and outlines conditions for successful operation, including prohibitions on chemical disinfectants in recreational vehicles and monitoring requirements by the Teton County Engineering Department. Groundwater testing indicates a suitable environment for the facility, with soil classified as fine to sandy loam. Key compliance requirements include thorough inspections during construction, adherence to engineering guidelines, and certifications by the design engineer. The document concludes with a checklist ensuring all permit conditions and site requirements are met, further indicating the project's compliance with local regulations for environmental safety and wastewater management. This permit exemplifies careful planning to prevent contamination and ensure proper operation of the wastewater facility in a sensitive ecological area.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Y--REHABILITATE 4 LAZY F RANCH PHASE I GRTE 237343
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of the 4 Lazy F Ranch cabins as part of a design/build project at Grand Teton National Park in Wyoming. The project involves installing a new sanitary sewer collection system and a potable water distribution system, with an estimated construction cost between $1 million and $5 million. This initiative is crucial for restoring the water and wastewater systems to support seasonal park housing, ensuring compliance with operational standards and enhancing visitor experience. Interested businesses are encouraged to respond to the Special Notice by May 9, 2025, and can direct inquiries to Jason Longshore at JasonLongshore@nps.gov or by phone at 303-969-2288.
Y--Buffalo NR - Septic System Replacement
Buyer not available
The Department of the Interior, through the National Park Service, is seeking bids for the replacement of the septic system at the Kyles Landing Comfort Station in Buffalo National River, Arkansas. The project involves the complete removal and replacement of the existing sanitary sewer system, including new septic tanks, a dual pump lift station, and upgrades to restroom facilities to ensure compliance with ADA standards. This firm-fixed price contract, valued between $250,000 and $500,000, is set aside exclusively for small businesses, with the solicitation expected to be issued in mid to late April 2025. Interested contractors should contact Matt Frank at matthewfrank@nps.gov for further details and ensure they are registered in the System for Award Management (SAM) prior to the solicitation close date.
Betty Jane Bagley OSS Replacement (Suquamish)
Buyer not available
The Indian Health Service (IHS) is seeking qualified contractors for the installation of a new onsite septic system for Betty Jane Bagley in Bremerton, Washington. The project involves the construction of a comprehensive wastewater management system, including a 2-compartment septic tank, advanced treatment unit, pump chamber, and low-profile chamber drainfield, all to be completed within 30 calendar days after receiving the Notice to Proceed. This initiative is part of the federal commitment to enhance sanitation facilities in tribal communities and is classified as a Total Small Business Set-Aside, with an estimated budget ranging from $25,000 to $100,000. Interested contractors must register in the System for Award Management (SAM) and are encouraged to prepare for the forthcoming solicitation expected to be released around October 23, 2024. For further inquiries, potential bidders can contact Robert S. Miller at robert.miller2@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
Concrete Foundation and Floor at Canaan Valley NWR
Buyer not available
The U.S. Fish and Wildlife Service is seeking contractors for the construction of a concrete foundation and floor slab at the Canaan Valley National Wildlife Refuge in West Virginia. The project involves the installation of caissons, a grade beam, and a concrete floor for a pre-engineered metal building, with site preparation managed by the Service. This construction is crucial for maintaining the facilities of the refuge while ensuring minimal disruption to ongoing operations. Interested contractors must submit bids by May 13, 2025, with a project magnitude estimated between $25,000 and $100,000, and a performance period from June 16, 2025, to July 18, 2025. For further inquiries, potential bidders can contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
REHAB FISH HATCHERY ROAD, ENNIS NFH, MT
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of Fish Hatchery Road at the Ennis National Fish Hatchery in Montana. The project involves repairing the road by addressing deteriorating asphalt and failing subgrade at ten specific locations, with a completion deadline set for September 30, 2025. This initiative is crucial for maintaining infrastructure that supports wildlife management and public safety. Interested contractors should note that the expected contract value ranges from $250,000 to $500,000, and they can contact Shanen Fox at shanenfox@fws.gov or 503-736-4469 for further details.
CON ENG Bearlodge Shop Sewer Repair
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Bearlodge Shop Sewer Repair project located in Sundance, Wyoming. This presolicitation notice indicates that the procurement will focus on the construction of sewage and waste facilities, aligning with the NAICS code 237110, which pertains to water and sewer line and related structures construction. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. Interested parties can reach out to Jessica Lyn H. Rasmussen at JESSICA.RASMUSSEN@USDA.GOV for further details, with the solicitation expected to be posted following this notice.
PUMPING NORTH RIM CONCRETE SEPTIC TANK
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide septic tank pumping and inspection services at the North Rim of the Grand Canyon National Park. The contractor will be responsible for all necessary labor, materials, and supervision to perform the pumping service and generate an inspection report, as outlined in the attached scope of services. This service is critical for maintaining the wastewater treatment facilities at the park, ensuring environmental compliance and operational efficiency. Quotations are due by 1:00 PM AZ time on May 22, 2025, with an anticipated award date on or before June 1, 2025. Interested parties should contact Taylor Jones at TaylorAJones@nps.gov or call 520-780-9294 for further information.
AK-RES AGNT IN CHRG-Pipe, Drywall, and Outside Gra
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a construction contract to repair pipes, drywall, and perform outside grading at a site in Fairbanks, Alaska. The project, estimated to cost between $25,000 and $100,000, requires contractors to submit sealed bids by May 12, 2025, with work expected to commence by May 19, 2025, and be completed by June 30, 2025. This initiative is crucial for maintaining government infrastructure and ensuring the safety and efficacy of public works projects. Interested contractors should direct inquiries to Jessica Tines at jessicatines@fws.gov for further details.
Jackson Levee Repair and Rehabilitation Requirements Contract, 2025-2029
Buyer not available
The U.S. Army Corps of Engineers, Walla Walla District, is seeking small business sources for the Jackson Levee Repair and Rehabilitation Requirements Contract, covering the period from 2025 to 2029 in Teton County, Wyoming. The project involves the rehabilitation of levees, including vegetation removal, revetment repairs, and levee fill material placement, with an estimated annual task order value between $160,000 and $350,000. This opportunity is crucial for maintaining flood control infrastructure in the region, with a total construction magnitude expected between $500,000 and $1,000,000. Interested firms must submit their qualifications and project experience by 4:00 PM Pacific Time on March 18, 2022, to Chandra D. Crow at chandra.d.crow@usace.army.mil.
Z--Comfort Station Cyclic Upgrades
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the Comfort Station Cyclic Upgrades project at the Lake Meredith National Recreation Area in Fritch, TX. This project involves providing all necessary labor, materials, and equipment to perform cyclic upgrades on two pre-cast CXT Navajo quad flush/shower buildings, including painting and sealing surfaces, and replacing water heaters and skylights. The contract, valued between $100,000 and $250,000, is set aside exclusively for small businesses and is expected to be awarded by early July 2025, with work commencing shortly thereafter. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 330-468-2500 for further details and ensure they are registered in the System for Award Management (SAM) prior to the solicitation's release in early June 2025.