TX-LAGUNA ATASCOSA-HF-FY 24 CALICHE ROAD
ID: 140FHR24Q0005Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS CONSTRUCTION & A/E - BIL/DISASTERFalls Church, VA, 22041, USA

PSC

MISCELLANEOUS ITEMS (9999)

Set Aside

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

    Solicitation from the US Fish and Wildlife Service, Department of the Interior, is seeking a total small business set-aside for the procurement of miscellaneous items. The specific item being procured is the TX-LAGUNA ATASCOSA-HF-FY 24 CALICHE ROAD. This item is typically used for road construction and maintenance purposes. For more information, please contact Christina Mann at christina_mann@fws.gov or 571-547-3499.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NV-ASH MEADOWS NWR-ROAD REPAIR PROJECT
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the NV-Ash Meadows National Wildlife Refuge Road Repair Project in Nevada. This project requires the procurement of 1,500 tons of ¾” gravel to repair road damage caused by flooding from tropical storm Hilary, with specific quality and delivery requirements outlined in the Request for Quotation (RFQ). The initiative is crucial for maintaining safe access within the refuge and ensuring compliance with government standards, including sustainability practices and environmental regulations. Interested small businesses must submit their bids by April 30, 2025, and are encouraged to contact Kathryn Coltran at kathryncoltran@fws.gov for further information.
    56--Sources Sought A-2-4 Selective Fill, Puerto Rico, Vieques NWR
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking sources for A-2-4 Selective Fill material for the rehabilitation of various roads at Vieques National Wildlife Refuge in Puerto Rico. The procurement involves not only the supply of the material but also its transportation to a barge location, subsequent barging to Vieques, and hauling to designated stockpile locations on the island. This project is critical for improving road conditions within the refuge and adheres to safety and environmental standards, with a performance period scheduled from May 1, 2025, to September 30, 2025. Interested vendors should respond with their CAGE Code, Unique Entity ID, and confirmation of their capability to provide the required materials and logistics, addressing inquiries to Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
    56--CA-SACRAMENTO NWRC-WTR CTRL STCT/CULVERT
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the supply and delivery of precast concrete water control structures and culverts for the Sacramento National Wildlife Refuge in California. The project requires contractors to provide specific materials, including twin-track risers and box culverts, with precise dimensions and delivery timelines, emphasizing the importance of improving water management infrastructure for wildlife conservation. Interested bidders must adhere to strict compliance regulations, including environmental protections and labor standards, with offers due by May 6, 2025, and a performance period from June 1, 2025, to August 31, 2025. For further inquiries, potential bidders can contact Sanford Carson at sanfordcarson@fws.gov.
    APPRAISAL for WBG_149thAveNE Property
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
    F--HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for Marine Natural Resource Support Services in the Pacific Islands, specifically targeting projects at Wake Atoll. Contractors are required to provide comprehensive personnel, equipment, and logistical support for marine resource assessments and management, with a focus on safety and environmental compliance during field operations. This procurement is a total small business set-aside, with a performance period from May 1, 2025, to May 1, 2026, and includes a potential one-year extension. Interested parties must submit their proposals by May 2, 2025, and are encouraged to contact Oscar Orozco at oscarorozco@fws.gov for further details.
    Region 4 Heavy Equipment Maintenance and Repair BP
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services across Region 4, which includes states such as Alabama, Florida, and Tennessee, as well as U.S. territories like Puerto Rico and the U.S. Virgin Islands. The procurement aims to secure comprehensive repair and maintenance services for various heavy equipment, including trucks and cranes, with specific tasks encompassing diagnostics, fluid services, and parts replacement. This BPA is crucial for ensuring the operational readiness of essential equipment used in wildlife management and conservation efforts, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must submit their proposals, including a signed form 1449 and confirmation of certified mechanics, by the specified deadlines, and can contact Sarah DeLawder at Sarahdelawder@fws.gov or (304) 876-7429 for further information.
    WA-MCNARY MAINT SHOP-UTV TRAILER SPRAYER
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the procurement of a utility vehicle (UTV), trailer, and sprayer to support biological management activities in Central Washington. The procurement specifically requires a Kubota RTV-X1100CWL-A or an equivalent UTV with features such as a 23hp diesel engine, hydraulic dump bed, and off-road capabilities, along with a bumper-pull trailer and a 100-gallon UTV-mounted sprayer for herbicide applications. This equipment is crucial for enhancing the efficiency of wildlife management operations. Interested small businesses must submit their quotes by May 1, 2025, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
    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.
    IL-CRAB ORCHARD NWR-ASBESTOS ABATEMENT
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the asbestos abatement of the Fisheries Building at Crab Orchard National Wildlife Refuge, designated as Solicitation No. 140FC225Q0022. Contractors are required to remove various asbestos-containing materials from the unoccupied building, with work expected to commence within ten calendar days of receiving the notice to proceed and to be completed by September 30, 2025, within a performance period of approximately four months. This project is crucial for ensuring environmental safety and compliance with health regulations during the demolition process. The estimated cost range for the project is between $25,000 and $100,000, and interested contractors should direct inquiries to Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    BIG CYPRESS STONE AND TRUCK HAULING
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting bids for the delivery and hauling of 1,750 tons of DOT-approved lime rock base stone for a project at Big Cypress National Preserve. The contractor will be responsible for transporting the stone using 20-yard dump trucks to the Loop Road Ranger Station, where the delivery will be monitored by park personnel. This project is crucial for stabilizing Loop Road and managing water flow to mitigate flooding risks in the local community, emphasizing the importance of quality materials that meet Florida Department of Transportation standards. Interested small businesses must submit their quotes by May 9, 2025, and are encouraged to demonstrate relevant past performance and technical capabilities, with inquiries directed to Dallas Harper-Staub at dallasharper-staub@nps.gov or by phone at 256-986-0815.