Z--NV-DESERT NWRC-WHIN-MARSH LEVEE REPAIR
ID: 140FC325R0006Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 3Falls Church, VA, 22041, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF OTHER CONSERVATION AND DEVELOPMENT FACILITIES (Z2KZ)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) is seeking responses for the WHIN Marsh Levee Repair Project at the Pahranagat National Wildlife Refuge in Alamo, Nevada. This project involves the repair of the WHIN Marsh levee system, which is crucial for habitat management for migratory birds, particularly waterfowl, and includes the replacement of four water control structures and the design of a three-foot wide aluminum access catwalk with safety features. The initiative underscores the USFWS's commitment to wetland management and habitat preservation, with a primary NAICS code of 237990 and a size standard of $45 million. Interested businesses are encouraged to submit their Unique Entity Identifier (UEI), business type, and a document detailing their capabilities by February 7, 2025, to Shannon Barnhill at shannon_barnhill@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish & Wildlife Service (USFWS) has issued a Sources Sought Notice for the WHIN Marsh Levee Repair Project at the Pahranagat National Wildlife Refuge in Alamo, NV. This notice is intended for market research only and is not a request for proposals. The project involves the repair of the WHIN Marsh levee system, which is vital for habitat management for migratory birds, particularly waterfowl. The main levee is approximately 2,184 feet long, with an additional North levee of 1,438 feet. The project will also include the replacement of four water control structures and the design of a three-foot wide aluminum access catwalk with safety features. The primary North American Industry Classification System (NAICS) code for this acquisition is 237990, with a size standard of $45 Million. All business categories are encouraged to respond by providing their Unique Entity Identifier (UEI), business type, and a document detailing their capabilities, including previous relevant project experience. Responses are due by February 7, 2025. This initiative reflects the USFWS's commitment to ensuring proper wetland management and habitat preservation.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Y--NV Upper Carson Slough Backcountry Trail System
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the construction of the Upper Carson Slough Backcountry Trail System at the Ash Meadows National Wildlife Refuge in Nevada. The project aims to enhance visitor access to the refuge's unique biodiversity and cultural significance through the design and construction of trails, parking areas, and interpretive signage that emphasizes Indigenous cultural heritage and ecological education. The estimated project magnitude ranges between $1,000,000 and $5,000,000, with a performance period of 270 days following the notice to proceed. Interested contractors should contact Shannon Barnhill at shannonbarnhill@fws.gov for further details, and must adhere to specified deadlines for proposal submissions and amendments.
    Z--LEVEE SYPHONS CLEANING AT FWS BAYOU SAUVAGE NWR
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the cleaning of eight 18-inch syphons located in the Maxent Levee North at the Bayou Sauvage National Wildlife Refuge in Lacombe, Louisiana. Contractors are required to provide all necessary labor, materials, and equipment to achieve a minimum of 95% blockage removal from the syphons, which includes clearing debris, roots, and soil deposits, as well as vegetation around syphon entries and exits. This project is crucial for maintaining the ecological integrity of the refuge and supporting wildlife habitat management efforts. Interested small businesses must submit their proposals by February 10, 2025, and can contact Chantal Bashizi at chantalbashizi@fws.gov or 703-358-1854 for further information.
    REHAB MOREFIELD HOUSE AT ERWIN NFH
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of the Morefield House at the Erwin National Fish Hatchery in Tennessee. The project involves significant renovations, including the removal and replacement of 59 windows and doors to enhance energy efficiency while preserving the historic integrity of the structure, which dates back to 1903. This initiative underscores the federal commitment to heritage preservation and environmental responsibility, requiring contractors to adhere to safety protocols, manage hazardous materials, and comply with federal wage determinations. Interested contractors should contact Khanhthong Moody at KhanhthongMoody@fws.gov or 404-679-4022, with the estimated project cost ranging between $150,000 and $200,000 and a performance period of 455 calendar days upon notice to proceed.
    MN-FWS ARD-FSHRS-BPA SET UP-REPAIR SRVC
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for the repair and maintenance of small watercraft, motors, and trailers, specifically for the Alpena Fish and Wildlife Conservation Office in Gibraltar, Michigan. The procurement aims to cover a range of services including preventative maintenance, metal fabrication, and repairs for Mercury and Suzuki motors, as well as trailer maintenance and towing services. This initiative is crucial for ensuring the operational efficiency of the USFWS's fleet, which supports wildlife conservation efforts. Interested vendors must submit detailed quotations, including pricing lists and relevant certifications, with a total obligation capped at $250,000 over a five-year period. For further inquiries, vendors can contact Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    54--KS - QUIVIRA NWR - WEIR BOARD SLIDING GATES
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for the design, construction, and delivery of two weir board sliding gates at the Quivira National Wildlife Refuge in Stafford, Kansas. The project requires the gates to be fabricated from stainless steel (type 316) and to meet specific dimensions and operational standards, including manual operation via a hand crank. These gates are critical for enhancing water management capabilities within the refuge, supporting ecosystem preservation efforts. Proposals must be submitted by March 5, 2025, with evaluations based on technical expertise, pricing, and past performance, and interested parties can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further details.
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    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.
    UT-JONES HOLE NFH- DEGASSING PUMP REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the replacement of two degassing pumps at the Jones Hole National Fish Hatchery in Vernal, Utah. The project requires the contractor to supply two Folsom 5 horsepower Simflo pumps, adhering to specific technical specifications and regulations, with a completion deadline set for April 1, 2025. This procurement is crucial for maintaining the health of fish populations and ensuring the hatchery's operational efficiency. Interested small businesses must submit their quotes, including technical proposals and past performance references, by March 3, 2025, with further inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    MO NEOSHO NFH HVAC REPLACEMENT
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the HVAC replacement project at the Neosho National Fish Hatchery in Missouri. The project entails the demolition of existing heating and cooling systems and the installation of a new natural gas furnace and air conditioning unit, with a performance period from March 24, 2025, to June 3, 2025. This initiative is crucial for enhancing the infrastructure of the hatchery, ensuring compliance with federal and state regulations, and promoting environmental sustainability. Interested contractors must attend a mandatory site visit on February 27, 2025, and submit their proposals electronically, adhering to the specified guidelines, including compliance with the Buy American Act and Davis-Bacon Wage Rates. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    IL - Meredosia NWR - Tree Planting
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a tree planting project at the Meredosia National Wildlife Refuge in Illinois, under solicitation number 140FS225Q0066. The project aims to restore floodplain forests impacted by invasive species by planting 450 containerized trees across approximately 3 acres, with work scheduled from March 24 to April 21, 2025. This initiative underscores the government's commitment to habitat restoration and biodiversity, requiring contractors to demonstrate technical capabilities and past performance in their bids. Interested contractors must submit their proposals by February 28, 2025, and can contact Dana Arnold at danaarnold@fws.gov or 703-468-8289 for further information.
    W91237-25-B-0002 Fishtrap Spillway Machinery Platform Concrete Rehab
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting bids for the rehabilitation of the Fishtrap Spillway Machinery Platform Concrete. This project involves the repair or alteration of non-building facilities, categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction. The work is crucial for maintaining the integrity and functionality of the spillway, which plays a significant role in water management and flood control. This opportunity is set aside for small businesses, and interested contractors should reach out to Brittani Stowers at brittani.l.stowers@usace.army.mil or 304-399-5762, or Robert Rounay at robert.p.rounay@usace.army.mil or 304-399-6256 for further details.