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.
    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, measuring approximately 54' x 110', with specific engineering requirements for snow and wind loads. This initiative aims to enhance the facility's operational capacity and support fish stocking programs, reflecting the government's commitment to environmental conservation. Interested contractors must submit proposals by September 26, 2024, and are encouraged to attend a site visit on September 9, 2024; inquiries can be directed to Nicole Johnson at nicolecjohnson@fws.gov.
    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.
    Airstation New Orleans Hangar Door Repair and Troubleshooting
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the repair and troubleshooting of hangar doors at the Air Station New Orleans in Louisiana. The project involves servicing two three-part hangar door systems, including two 30-foot doors and one 40-foot door, with an emphasis on minimal disruption to ongoing operations and adherence to safety regulations. This procurement is crucial for maintaining operational efficiency and safety at the air station, ensuring that the hangar doors function properly for aircraft operations. Quotes are due by 3:00 PM CST on September 25, 2024, and interested contractors must submit their proposals to Ronnie.L.Mills@uscg.mil, ensuring they are registered in the System for Award Management (SAM) prior to the deadline.
    BICY 229154
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The facility will encompass 5,142 square feet and include essential features such as offices, a kitchen, a gym, and utility systems, all designed to meet safety and environmental standards. Interested contractors must submit their proposals, including performance and payment bonds, by the specified deadlines, with a projected performance period beginning on November 1, 2024, and concluding on October 30, 2025. For further inquiries, potential bidders can contact John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    N--LAKE - ECHO BAY BARGE BREAKWATER PROJECT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the Lake Echo Bay Barge Breakwater Project, a construction initiative aimed at enhancing the stability and functionality of a water intake barge at Lake Mead National Recreation Area. This project, which is exclusively set aside for small businesses, involves the design, fabrication, and installation of a new breakwater and wave attenuator system to address challenges posed by lowering water levels and adverse weather conditions. The estimated funding for this project ranges between $500,000 and $1 million, with a bid submission deadline extended to October 16, 2024, at 2 PM. Interested contractors should contact Caroline Bachelier at carolinebachelier@nps.gov for further details and must comply with all solicitation requirements, including attending a mandatory site visit scheduled for August 21, 2024.
    Y--AMD3-PUERTO RICO (VIEQUES ) CARACAS RESTROOM REHAB
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of restroom facilities at the Vieques National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona. The project involves the demolition of existing wooden compost restrooms and the installation of two new pre-cast concrete comfort stations, with a contract duration of 90 days post-Notice to Proceed (NTP). This initiative is crucial for restoring essential visitor amenities while ensuring compliance with accessibility standards and hurricane-resistant construction practices. Interested contractors must acknowledge amendments to the solicitation and submit proposals by the revised deadline of 1:00 PM, with the performance period set from November 1, 2024, to January 31, 2025. For further inquiries, contact Tina Baker at tinabaker@fws.gov.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.