R4-LA-Big Branch Marsh NWR- BBM05-Hurricane Shutte
ID: 140FC224Q0061Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the installation of hurricane shutters at the Big Branch Marsh National Wildlife Refuge Administration building in Lacombe, Louisiana. The project requires contractors to provide all necessary materials, labor, and equipment to install heavy-duty, impact-resistant shutters that comply with specific ASTM and Florida Building Code standards, while also relocating certain electrical and air conditioning components. This initiative is crucial for enhancing the structural resilience of the facility against severe weather conditions and ensuring compliance with federal, state, and local regulations. Interested small businesses must submit their bids by September 13, 2024, with the performance period expected to run from October 4, 2024, to February 1, 2025. For inquiries, contractors can contact Micah Holmes at micah_holmes@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses various federal and state/local request for proposals (RFPs) and grants, focusing on the requirement for meticulous project planning, budget management, and adherence to regulations in government-funded initiatives. The text outlines essential steps involved in preparing RFPs, highlighting the significance of stakeholder engagement, project scope definition, and compliance with guidelines. It underscores the importance of comprehensive documentation and risk assessments to ensure successful project execution and to meet governmental standards. Furthermore, the content provides guidance on evaluating bids, selecting qualified contractors, and monitoring project progress to maintain accountability and transparency in allocated funds. Emphasis is placed on fostering sustainable practices and community involvement to enhance project impact and effectiveness. This comprehensive approach aims to facilitate efficient project delivery while ensuring public resources are utilized responsibly, ultimately leading to improved service delivery and community outcomes.
    The document outlines a government estimate for the procurement of new hurricane shutters for a project labeled BBM - 140FC224Q0049. The bid sheet lists various components involved in the implementation, including mobilization and demobilization, specific types of rolldown shutters with different hood sizes, and the relocation of utilities. The document also includes sections for insurance, overhead costs, and profit margins, though these values are indicated as zero in the provided estimates. The structure presents a direct cost analysis associated with the project while capturing essential aspects of the bidding process, such as quantity estimation and overall pricing calculations. The primary purpose is to facilitate the procurement of necessary materials and services for enhancing protection against hurricanes, reflecting the government's commitment to disaster preparedness and infrastructure resilience.
    The Past Performance Questionnaire is a government document used to evaluate contractors' performance on previous contracts. It consists of sections to be filled out by both the contractor and the client, detailing contractor information, contract specifics, project descriptions, and client evaluations. The document includes a rating system with defined levels of performance, ranging from "Outstanding" to "Unsatisfactory," based on various criteria that assess quality, schedule adherence, customer satisfaction, management, financial management, safety, and general compliance with contractual obligations. Clients are encouraged to evaluate the contractor's capabilities comprehensively, providing insight into their performance, strengths, weaknesses, and overall satisfaction. This questionnaire is vital for informing decision-making during the proposal evaluation process for federal RFPs, grants, and contracts, aiding in the selection of reliable contractors based on their past performance metrics.
    The U.S. Fish & Wildlife Service has issued a Request for Information (RFI) related to the solicitation number 140FC224Q0061 for a project titled "R4-LA-Big Branch Marsh NWR-BBM05-Hurricane Shutters." This initiative aims to install hurricane shutters at the Big Branch Marsh National Wildlife Refuge, located at 61389 Highway 434, Lacombe, LA. Interested contractors are required to submit their inquiries to Mr. Micah Holmes, the designated contracting officer, via the provided email address by the specified RFI deadline. The significance of this RFI lies in gathering pertinent contractor input before the formal proposal submission, ensuring the project’s requirements are well understood. The document outlines details necessary for engagement, including contractor identification and submission instructions, emphasizing the importance of timely communication in the procurement process.
    The project at Big Branch Marsh National Wildlife Refuge involves the installation of new hurricane shutters at the Administration Office Building, requiring a contractor to provide all necessary materials, labor, and equipment per regulatory standards. The shutters must be heavy-duty, impact-resistant, and compliant with specific criteria, including several ASTM and Florida Building Code standards. The project entails relocating certain electrical and air conditioning components and verifying existing conditions prior to installation. Further, the contractor must adhere to multiple federal, state, and local codes, including safety regulations from OSHA. The scope includes demolition of existing materials and obligations related to project safety, environmental protections, and closeout procedures, which include the delivery of operation manuals and maintenance materials. A pre-proposal meeting will be arranged for site review, and communication with designated project contacts is essential. This initiative demonstrates the commitment to enhancing structural resilience against severe weather conditions, complying with necessary legal and environmental guidelines.
    The document outlines Solicitation No. 140FC224Q0061 for a construction project involving the installation of hurricane shutters at the Big Branch Marsh NWR Administration building in Lacombe, Louisiana. It specifies that the project is set aside for total small businesses, requiring bidders to be registered in SAM.gov. The deadline for bids is set for 09/13/2024, with contractors expected to commence within five calendar days after notification. The contractor must submit a bid guarantee and can encounter environmental conditions affecting work schedule. Materials and services must comply with various federal regulations, including the Buy American Act and applicable wage rates. The total performance period is expected from 10/04/2024 to 02/01/2025. The solicitation includes guidance on submissions, evaluation criteria, special contract requirements, and mandatory clauses governing the agreement. This RFP demonstrates the Government's emphasis on small business participation, compliance with environmental standards, and contractual transparency.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    WSLP-109 Levee and Floodwall, St. John the Baptiste Parish, Louisiana ED-19-028
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the WSLP-109 Levee and Floodwall project in St. John the Baptist Parish, Louisiana, aimed at enhancing flood protection and storm damage resilience. This construction project involves extensive activities such as levee and floodwall construction, drainage canal excavation, and modifications to existing utilities, with a total estimated cost between $25 million and $100 million. The project is critical for mitigating flood risks in the region and is set aside exclusively for small businesses, promoting federal mandates for small business participation in government contracts. Interested contractors must submit their bids by 10:00 AM CST on September 12, 2024, with the bid opening scheduled for 11:00 AM CST on the same day. For further inquiries, contact Melissa A. Vaughn at Melissa.A.Vaughn@usace.army.mil or 504-862-2762.
    Z--GAOA - Show Pool Shelters Replacement and Site Res
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the Show Pool Shelter and site restoration at the Seney National Wildlife Refuge in Michigan. This project, designated under Solicitation Number 140FGA24Q0024, requires small businesses to provide comprehensive proposals that include costs for materials, labor, and supervision, with a focus on environmentally responsible practices and compliance with federal regulations. The successful contractor will undertake the demolition of the existing shelter, construction of a new facility, and restoration of the surrounding area, with a performance period extending from October 3, 2024, to April 1, 2025. Proposals are due by September 19, 2024, and interested parties should direct inquiries to Samantha Lague at samanthalague@fws.gov or call 413-253-8349.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, which measure approximately 54' x 110', and must adhere to specific engineering standards, including snow and wind load requirements. This initiative is part of the federal government's commitment to enhancing infrastructure for fish stocking programs and recreational fishing, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    CA-SD NWR COMPLX-BIRD DOTS INSTALLATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting quotes for the installation of Feather Friendly Symmetry film dots on approximately 2,092 square feet of exterior angled windows at the San Diego National Wildlife Refuge Complex. The primary objective of this project is to reduce bird strikes on windows, thereby supporting wildlife conservation efforts. Contractors will be responsible for providing all necessary equipment and personnel, while the government will supply the film; compliance with federal regulations and safety practices is mandatory throughout the project. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes by September 16, 2024, with the project scheduled to commence on December 1, 2024, and conclude by March 1, 2025. For further inquiries, contractors can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
    Z--NJ EDWIN B FORSYTHE NWR SIGN INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the installation of signs at Little Beach Island, New Jersey, as part of the Edwin B. Forsythe National Wildlife Refuge project. The procurement involves the installation of eight 4’ by 8’ aluminum signs and five 2’ by 4’ aluminum signs, with the contractor responsible for providing necessary signposts, concrete, hardware, and equipment for installation. This project is crucial for protecting critical nesting habitats for endangered species by deterring public recreation on the island. Interested small businesses must submit their quotes by September 10, 2024, with work expected to commence between September 30, 2024, and November 30, 2024. For further inquiries, contact Lee Ann Riley at leeriley@fws.gov or call 404-679-4158.
    New Orleans To Venice, Non-Federal Levee, Mitigation Project, Fritchie Marsh, St. Tammany Parish, LA (ED 20-030)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the New Orleans to Venice Non-Federal Levee Mitigation Project at Fritchie Marsh in St. Tammany Parish, Louisiana. This project involves wetland restoration through borrow dredging from Lake Pontchartrain, requiring the construction of retention dikes and related incidental work, with an estimated construction value between $10 million and $25 million. The project is critical for enhancing infrastructure resilience against environmental challenges, and the total duration for completion is set at 350 days, comprising 255 days for Base Work and 95 days for Optional Work. Interested contractors must submit their bids by September 17, 2024, and can contact Lauren A. Gandolfi at lauren.a.gandolfi@usace.army.mil or Christopher Nuccio at CHRISTOPHER.NUCCIO@USACE.ARMY.MIL for further information.
    56--HI - FENCING MATERIALS_Amend 3
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking bids for fencing materials as part of hurricane recovery efforts at the James Campbell National Wildlife Refuge in Kahuku, Hawaii. The procurement includes a detailed Bill of Materials that specifies woven wire fencing, fence posts, clips, and galvanized pipes, with a performance period set from September 19, 2024, to November 12, 2024. This initiative underscores the government's commitment to wildlife preservation and recovery efforts following natural disasters, while also promoting opportunities for small businesses through a Total Small Business Set-Aside. Interested contractors must direct any inquiries to Tina Baker at tinabaker@fws.gov and ensure compliance with acknowledgment procedures to avoid rejection of offers, with the bid submission deadline extended to September 17, 2024.
    Equipment Storage Building, Pesticide Storage Shed, Bulk Fuel Tank Station, and Gravel Driveway Golden Meadow Plant Materials Center 438 Airport Road, Galliano Lafourche Parish Louisiana
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is soliciting proposals for the construction of an Equipment Storage Building, Pesticide Storage Shed, Bulk Fuel Tank Station, and Gravel Driveway at the Golden Meadow Plant Materials Center located in Galliano, Lafourche Parish, Louisiana. The project requires contractors to provide all necessary designs, materials, labor, and equipment to construct a 50-foot by 100-foot pre-engineered steel storage building, along with associated facilities, adhering to local building codes and safety standards. This initiative is crucial for enhancing the USDA's capabilities in environmental restoration and conservation efforts across the region. Interested contractors must submit their proposals by September 18, 2024, and can direct inquiries to Stephen Case at stephen.case@usda.gov or Laureen Eipp at laureen.eipp@usda.gov. The estimated project value ranges between $500,000 and $1,000,000, with a 100% Small Business set-aside requirement.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.