WY-JACKSON NFH-SEPTIC SYSTEM
ID: 140FC125R0006Type: Combined Synopsis/Solicitation
AwardedMay 15, 2025
$38.2K$38,200
AwardeeHANCE DANNY 9915 TANGOR WAY Spring Valley CA 91977 USA
Award #:140FC125C0003
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
    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
    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.
    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.
    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.
    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.
    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.
    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--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks must match existing models and meet specific requirements, including features such as a 22-inch screw lid, internal supports, and compliance with ANSI/NSF 61 for potable water. The tanks will be utilized to store potable water for wildlife in drought-prone areas, emphasizing their importance in supporting local ecosystems. Interested small businesses must submit their quotes by December 22, 2025, at 5:00 pm EST, with the contract period of performance set from December 29, 2025, to February 16, 2026. For inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    CON ENG Bearlodge Shop Sewer Repair
    Agriculture, Department Of
    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.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.