Well Abandonment Easton MD
ID: 140G0125Q0075Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking qualified contractors for a well abandonment project in Easton, Maryland, as part of its Water Science Center operations. The objective is to select a licensed contractor to seal and fill a monitoring well in compliance with state and local regulations, ensuring the restoration of the land surface and adherence to relevant standards before the project deadline of June 30, 2025. This competitive Request for Quotations (RFQ) is set aside for small businesses under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction. Interested parties must submit their quotations via email to Mindie Dixon at mdixon@usgs.gov by April 14, 2025, at 2:30 PM Mountain Time, and are required to attend a mandatory site visit on April 1, 2025, at 09:00 EDT, with prior registration needed by March 28, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an amendment to the solicitation referenced by ID number 140G0125Q0075. The primary purpose of this amendment is to extend the solicitation period, now closing on April 14, 2025, at 2:30 PM Mountain Time. To acknowledge receipt of this amendment, contractors must follow specified methods, either by including acknowledgment on the submitted offer copies or through separate communication referencing the amendment. The instructions emphasize the importance of timely acknowledgment to avoid rejection of offers. The document also includes administrative details regarding modification of contracts, providing guidance for contractors related to receiving and returning copies of the amendment. It underscores the need to maintain compliance with the original solicitation terms while updating specific dates and procedures. The point of contact for inquiries is provided as Mindie Dixon of the USGS. Overall, the amendment is crucial for contractors engaged with this solicitation to be aware of changes in submission deadlines and compliance requirements, ensuring a fair bidding process.
    This document details an amendment to a solicitation (140G0125Q0075) related to a government contract, specifically guiding contractors on acknowledging receipt of the amendment. It states that any acknowledgment must be received before the specified deadline to avoid rejection of offers. The amendment includes key modifications, such as adding FAR Provision 52.237-1, which pertains to a mandatory site visit scheduled for April 1, 2025, at 09:00 EDT in Easton, MD. Interested parties must register for the site visit by emailing a designated contact by March 28, 2025. The document underscores the importance of compliance with the amendment instructions and outlines the process for submitting changes to already submitted offers. Overall, the amendment serves to clarify procedural requirements for stakeholders involved in the solicitation process in accordance with federal procurement regulations.
    The document outlines a Request for Proposal (RFP) issued by the U.S. Geological Survey (USGS) Maryland-Delaware-Washington, D.C. Water Science Center for the abandonment of a monitoring well in Easton, MD. The primary objective is to select a licensed contractor to seal and fill the well per state and local regulations before the deadline of June 30, 2025. Key technical requirements include restoring the land surface and ensuring compliance with relevant standards concerning well abandonment. The document details the acquisition's solicitation number, administrative contacts, and the necessity for vendor evaluation based on ability and pricing. It incorporates Federal Acquisition Regulation clauses relevant to the contract, emphasizing compliance to federal laws and reporting requirements like the Electronic Invoicing and Payment Platform (IPP). Additional information includes the process for submitting offers, evaluation criteria based on price and technical specifications, and necessary representations and certifications for contractors. The RFP serves as a crucial framework ensuring that the abandonment project meets legal and safety standards while enabling smooth contractor procurement and management by the USGS.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Demolition and Construction of Drinking Water Well
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, is seeking sources for the demolition and construction of a drinking water well at the Pomonkey Facility in La Plata, Maryland. The project entails decommissioning an existing well, drilling a new well to a depth of 500-900 feet, and installing a pump with a capacity of 10 gallons per minute, along with necessary electrical connections and pressure tanks. This initiative is crucial for ensuring a reliable potable water supply, adhering to federal, state, and local regulations, including EPA and AWWA standards. Interested small businesses must submit their responses, including relevant experience and capabilities, by December 25, 2025, to Yina Brooks at yina.brooks.civ@us.navy.mil.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    GNSS Receiver and Accessories IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide GNSS receivers and accessories in accordance with specified salients for the Pennsylvania Water Science Center. The procurement involves the delivery of brand-name or equal drafting, surveying, and mapping instruments, specifically Trimble GNSS receivers and controllers, to be completed within 30 days of the purchase order. This equipment is crucial for various scientific and environmental monitoring applications, enhancing the USGS's capabilities in data collection and analysis. Interested vendors must submit their quotes electronically by December 16, 2025, at 11:00 AM ES, and are encouraged to direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 15, 2025. Registration at SAM.gov is required for contract award eligibility.
    76--GPSC5 Amendment Seven Industry Day Agenda
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is hosting an Industry Day on December 17, 2025, to discuss the Geospatial Products and Services Contract Version 5 (GPSCv5), which aims to procure geospatial mapping services through multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. This procurement, with an estimated maximum ceiling of $850 million over five years, includes a partial Small Business set-aside and focuses on services such as remote sensing data acquisition, processing, and the creation of high-resolution geospatial products. Interested firms must submit their qualifications via the SF330 form by January 14, 2026, and are encouraged to RSVP for the Industry Day by December 8, 2025, to engage in discussions about the acquisition strategy, evaluation criteria, and opportunities for small businesses. For further inquiries, contact Trisha Beals at GPSC5@usgs.gov.
    Z--CERC A3 Boiler Upgrade
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project, which involves replacing existing hot water boilers, a recirculating pump, and a storage tank with efficient, modulating, condensing boilers at the Columbia Environmental Research Center in Columbia, MO. The project aims to enhance energy efficiency and operational effectiveness within a 34,019-square-foot research laboratory, ensuring compliance with electrical codes and integrating new controls with the existing building automation system. This opportunity is a 100% Total Small Business set-aside, with a construction budget estimated between $25,000 and $100,000, and quotes are due by December 23, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for the repair of a water well at the Range Sheep Production Efficiency Research Center in Dubois, Idaho. The project involves drilling a new well, demolishing existing infrastructure, and installing new piping and electrical connections, with an estimated construction cost between $1,000,000 and $5,000,000. This procurement is critical for ensuring the operational efficiency of the research center's water supply system. Interested contractors must submit their proposals by January 30, 2026, and are encouraged to direct any inquiries to Theodore Blume at the USDA via email at theodore.blume@usda.gov.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    56--LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of limestone and rip rap rocks for the Welaka National Fish Hatchery. The procurement requires approximately 260 tons of various rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of Florida DOT certified lime rock road base, all intended for stockpiling at the hatchery to support the development of a nature trail. This opportunity is set aside for small businesses, with a firm-fixed-price contract structure, and the deadline for submitting quotes is December 15, 2025, by 5:00 PM EST. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory located in Turners Falls, Massachusetts. The contract encompasses comprehensive maintenance, including quarterly inspections and responses to service calls, with a focus on ensuring the efficient operation of various HVAC systems, including boilers and air handlers. This opportunity is a total small business set-aside under NAICS code 238220, with a contract duration of one year and four optional one-year extensions, and is valued at a ceiling of $50,000 for time-and-materials. Interested parties must submit their quotes by December 22, 2025, and are encouraged to attend a site visit scheduled for December 17, 2025; inquiries can be directed to Susan Ruggles at sruggles@usgs.gov.