CO LEADVILLE NFH Ductile Iron Pipe
ID: 140FS225Q0037Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Iron and Steel Pipe and Tube Manufacturing from Purchased Steel (331210)

PSC

PIPE, TUBE AND RIGID TUBING (4710)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 10:00 PM UTC
Description

The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals for the procurement of gasket ductile iron pipe and related accessories for the Leadville National Fish Hatchery located in Leadville, Colorado. The project aims to replace existing wood stave pipes used for transporting drinking water, requiring approximately 754 feet of gasket ductile iron pipe and 72 feet of flexible deflection fittings, along with various components such as temporary caps and butterfly valves, all compliant with NSF 61 certification standards. This procurement is crucial for ensuring safe and compliant drinking water infrastructure at the hatchery, with a delivery deadline set for May 15, 2025. Interested vendors should contact Jeremy Riva at jeremy_riva@fws.gov or call 303-236-4327 for further details and to submit proposals.

Point(s) of Contact
Files
Title
Posted
Jan 8, 2025, 11:05 PM UTC
The document outlines a Request for Proposal (RFP) for the procurement of ductile iron pipes and accessories for the Leadville National Fish Hatchery. The project aims to replace existing wood stave pipes used for transporting drinking water from spring boxes to collection boxes. The requirements include various components, such as temporary caps, butterfly valves, and multiple fittings, with specifications detailing lengths, quantities, and preferred coatings. All materials must meet NSF 61 certification standards, as the system operates below 40 PSI. The total estimated material quantity includes approximately 754 feet of gasket ductile iron pipe and an additional 72 feet of flexible deflection fittings. Vendors are invited to propose their best, including potential alternate lead times. The RFP emphasizes the need for timely material delivery to the site by May 15, 2025, and aims to ensure the provision of safe and compliant drinking water infrastructure.
Jan 8, 2025, 11:05 PM UTC
The document is a Request for Quotation (RFQ) for the acquisition of ductile iron pipe and accessories for the Falls Church, Virginia-based U.S. Fish and Wildlife Service's Leadville National Fish Hatchery. The RFQ specifies various products, their quantities, and delivery requirements, indicating that submissions should use the Standard Form (SF) 1449. Key dates include the offer due date and delivery deadline set for May 15, 2025. The contract also emphasizes that proposals will be evaluated based on technical specifications, past performance, and price, with the Government reserving the right to accept offers that provide the best value, not necessarily the lowest price. The document includes essential clauses, regulations, and requirements for compliance, addressing small business and contracting policies, such as the Buy American Act and various federal regulations pertaining to procurement. Additionally, the RFQ outlines electronic invoicing and payment requirements under the Department of the Treasury's Invoice Processing Platform (IPP), highlighting the necessity for using electronic submission methods for payment requests. Overall, this RFQ reflects the government's procurement process and commitment to transparency, compliance, and fair competition in acquiring necessary supplies for federal operations.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
USFWS DALE HOLLOW NFH HATCHERY EFFLU PUMPS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the procurement of two effluent pumps for the Dale Hollow National Fish Hatchery in Celina, Tennessee. The contract, identified under solicitation number 140FS325Q0062, requires pumps with a minimum output of over 1600 gallons per minute (GPM) and a discharge head of 65 feet, with the performance period anticipated from April 30, 2025, to July 31, 2025. This procurement is critical for maintaining the operational efficiency of the hatchery, which plays a vital role in fish conservation and management. Proposals are due by April 15, 2025, and interested contractors must provide their SAM Unique Entity Identifier, a completed quote schedule, and past performance records to be considered. For further inquiries, contact Lee Riley at leeriley@fws.gov or call 404-679-4158.
Y--ND-TEWAUKON NWR-REPLACE WATER DIS SYSTEM
Buyer not available
The U.S. Fish and Wildlife Service is soliciting bids for the replacement of the water distribution system at Tewaukon National Wildlife Refuge in Cayuga, North Dakota. This project involves the complete installation of a new water distribution network, including piping, curb stops, and connections to existing infrastructure, while adhering to safety, environmental, and regulatory standards. The initiative is crucial for maintaining essential water infrastructure that supports wildlife conservation efforts and operational needs at the refuge. Interested small businesses must submit their proposals via email by April 25, 2025, with a projected contract value between $100,000 and $250,000, and can direct inquiries to John Ferrall at johnferrall@fws.gov.
B--ID-FWS DWORSHAK-NPDES TESTING FY25
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho. The contract aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, over a performance period from April 1, 2025, to September 30, 2029. This procurement is critical for maintaining environmental integrity and compliance with federal regulations, reflecting the government's commitment to ecological sustainability. Interested vendors must submit their offers electronically by April 14, 2025, and can contact Roger Lockhart at rogerlockhart@fws.gov or 404-679-7124 for further information.
Copper Piping Cooling System
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for the procurement of a Copper Piping Cooling System, which includes various copper piping components such as tees, elbows, unions, and tubing. This solicitation emphasizes the importance of small business participation, particularly from veteran-owned and women-owned businesses, and is categorized under NAICS code 331420, which pertains to copper rolling, drawing, extruding, and alloying. The procurement is crucial for government projects requiring reliable and compliant materials, with proposals due by April 14, 2025. Interested parties can reach out to Donald Richer at dricher@usbr.gov for further information regarding the solicitation.
LMDT MAIN VEHICLE ACCESS GATE REPLACEMENT
Buyer not available
The U.S. Department of the Interior, Bureau of Reclamation, is seeking proposals for the replacement of the main vehicle access gate at the Leadville Mine Drainage Tunnel Water Treatment Plant in Leadville, Colorado. The project involves installing a new remotely operated vertical pivot gate, which includes the removal of the existing gate and the installation of new components such as vehicle sensors and access controls, all while ensuring compliance with safety standards and maintaining a safe distance from nearby power lines. This procurement is critical for enhancing infrastructure safety and security, with an estimated contract value between $100,000 and $250,000. Interested contractors must attend a site visit on April 9-10, 2025, submit questions by April 22, 2025, and provide proposals by April 30, 2025, with a project completion timeframe of 120 calendar days post-award. For further inquiries, contact Monte Baird at MBaird@usbr.gov or call 406-247-7805.
WHSE STOCK SEAL RUBBER TPP FY 25
Buyer not available
The Bureau of Reclamation, under the Department of the Interior, is soliciting proposals for the procurement of specialized rubber seals, specifically titled "WHSE STOCK SEAL RUBBER TPP FY 25." This Request for Proposal (RFP) outlines the need for various types of rubber seals made from materials such as neoprene or natural rubber, which must meet specific functionality and durability requirements. These seals are critical for ensuring the operational integrity of equipment and systems within the Bureau's infrastructure. Interested contractors should note that the solicitation number is 140R1725Q0044, and they must submit their bids by the specified due date, adhering to federal contracting regulations, including sustainability guidelines. For further inquiries, potential offerors can contact Georgena Palmer at gpalmer@usbr.gov or by phone at 509-633-9227.
Y--WY-JACKSON NFH-SEPTIC SYSTEM
Buyer not available
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 johnferrall@fws.gov or 571-547-3230 for further information.
Z--REHAB FISH HATCHERY ROAD, ENNIS NFH, MT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking contractors for the rehabilitation of Fish Hatchery Road located at the Ennis National Fish Hatchery in Montana. This project falls under the category of highway, street, and bridge construction, specifically focusing on the repair or alteration of roads and related infrastructure. The work is crucial for maintaining access to the hatchery, which plays a vital role in fish conservation and management efforts. Interested small businesses are encouraged to reach out to Shanen Fox at shanenfox@fws.gov or call 503-736-4469 for further details, as this opportunity is set aside for total small business participation.
Y--NGWSP REACH 1 PIPELINE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting proposals for the "Y--NGWSP REACH 1 PIPELINE REPAIRS" project, which involves significant repairs to a 4.8-mile section of a 42-inch ductile iron pipeline as part of the Navajo-Gallup Water Supply Project in New Mexico. The procurement aims to address critical infrastructure needs through joint repairs, valve replacements, and the installation of necessary structures, all while ensuring compliance with environmental standards and safety protocols. This project is vital for enhancing water supply reliability in the region and reflects the government's commitment to improving public resources. Interested contractors must submit their proposals by April 24, 2025, and can direct inquiries to Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
NIFC CMPS FIRE HYDRANT REPAIR
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is soliciting quotations for the repair of fire hydrants at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves the removal and replacement of a defective fire hydrant, addressing safety concerns related to a leak that could impact firefighting capabilities. This initiative is crucial for maintaining operational fire safety standards on the NIFC campus, ensuring compliance with federal and local regulations. Interested small businesses must submit their quotations electronically by the specified deadlines, with a project completion date set for October 31, 2025. For further inquiries, contact Matthew Steele at masteele@blm.gov or call 208-387-5130.