56--LRGV Road Delivery for South Texas Refugees
ID: 140F0S24Q0050Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, OVER SAT G/SFalls Church, VA, 22041, USA

NAICS

Other Crushed and Broken Stone Mining and Quarrying (212319)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking proposals for a firm fixed-price contract to supply approximately 40,000 tons of Flexible Base Type B commercial grade Caliche for delivery to the Lower Rio Grande National Wildlife Refuge. This procurement is essential for environmental restoration and maintenance projects within federal wildlife refuges, emphasizing the importance of quality materials in supporting habitat preservation efforts. Interested small businesses must submit their quotes by September 9, 2024, and ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For inquiries, contact Curtis Smith at curtis_smith@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the method and standards for submitting proposals for federal and state grants and requests for proposals (RFPs) related to various government projects. It emphasizes the importance of adherence to guidelines and legal requirements, including necessary certifications and documentation to ensure compliance with federal and state regulations. The structure of the proposal must include an introduction, objectives, detailed project descriptions, and a budget to justify the funding requests. The document highlights several key ideas such as the criteria for evaluation, the process for selection, and the intended outcomes of the proposed projects. It encourages transparency and accountability in the funding process and stresses the critical nature of effective communication between applicants and governmental agencies. Overall, the document serves as a comprehensive guide for organizations seeking to engage in government-funded projects, providing clarity on expectations and fostering a competitive environment for securing grants and contracts. The emphasis is placed on improving public service efficiency while ensuring that all submissions contribute positively to community development goals.
    This document is an amendment to solicitation number 140F0S24Q0050, issued by the federal government for a project involving flexible base material specifications. Key modifications include an extension of the response due date from September 5, 2024, to September 6, 2024, at 5:00 PM Eastern Time, and the addition of new specifications detailed in an attachment. The period of performance for the contract is set from October 8, 2024, to February 7, 2025. Contractors must acknowledge receipt of this amendment to ensure their offers are considered valid. The document outlines specific procedures for acknowledging the amendment, and it emphasizes the importance of compliance with submission guidelines to avoid rejection of offers. The designated points of contact for contracting and technical inquiries are provided. Overall, the purpose of this amendment is to clarify details regarding the solicitation and ensure that all parties are informed of the changes made.
    This document is an amendment to solicitation number 140F0S24Q0050 and serves to modify specific contractual and procedural elements related to the bidding process. Key changes include the requirement for vendors to submit a delivery plan detailing their material delivery methods and schedules, aligned with the minimum daily delivery standards outlined in the Statement of Work. The due date for responses has been extended from September 6, 2024, to September 9, 2024, at 5:00 PM Eastern Time. The period of performance for the contract is specified as from October 8, 2024, to February 7, 2025. The relevant contracting and technical points of contact are provided for potential bidders. The amendment emphasizes the necessity for acknowledgment of receipt to avoid any rejection of offers, thus underscoring the importance of compliance with communication protocols. Overall, the document reflects procedural adjustments to ensure effective contract administration and vendor participation in government contracting processes.
    The document outlines Request for Quotation (RFQ) Number 140F0S24Q0050 for the U.S. Fish and Wildlife Service’s need for approximately 40,000 tons of Flexible Base Type B commercial grade Caliche for delivery to the Lower Rio Grande National Wildlife Refuge. The solicitation emphasizes that the project is a firm fixed price contract, with a delivery deadline of February 7, 2025. Prospective bidders must adhere to guidelines under FAR regulations, including registration in the System for Award Management (SAM). The evaluation will be based on a Lowest Price Technically Acceptable (LPTA) approach, focusing on both technical proposals and cost-effectiveness. Additionally, contractors are expected to maintain compliance with various regulations, including OSHA standards, and will be responsible for securing necessary permits. The timeline for proposal submission is highlighted, with quotes due by September 5, 2024, and inquiries needing to be submitted by September 3, 2024. The document thoroughly details submission requirements, evaluation factors, and performance assessment protocols, ensuring all vendors understand their obligations under federal contracting standards. This RFQ represents an opportunity linked to environmental restoration and maintenance projects within federal wildlife refuges.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a project to deliver and spread gravel at the Hanford Reach National Monument, with a focus on reinforcing roads around the Wahluke Pond for fire management purposes. Contractors are required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to spreading, with the work to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, emphasizing the government's commitment to environmental stewardship. Interested contractors must submit their proposals by October 11, 2024, with the project budget set at under $25,000; for further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
    56--AR-WAPANOCCA NWR-CULVERTS
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the delivery of four aluminum culverts to the Wapanocca National Wildlife Refuge in Turrell, Arkansas. The procurement requires specific culvert specifications, including a length of 30 feet, a diameter of 48 inches, and a 12-gauge thickness, along with additional components such as connecting bands. This initiative is crucial for maintaining infrastructure within the wildlife refuge, ensuring compliance with environmental standards and operational needs. Interested small businesses must submit their quotations by August 29, 2024, and can direct inquiries to Contracting Specialist Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349. The performance period for the contract is set from September 5, 2024, to July 31, 2025.
    CA-SAN LUIS NWR-UTRIA-WADERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of essential equipment for the San Luis National Wildlife Refuge (NWR) in California, specifically targeting the nutriad eradication program. The procurement includes 60 pairs of breathable stockingfoot waders, 46 pairs of rubber sole wading boots, and 60 dry bags, all of which are critical for effective wildlife management in challenging environmental conditions. This opportunity is designated as a total small business set-aside, emphasizing the importance of durability and wearability in the selection criteria, with contract options available for increased supply if necessary. Interested vendors must submit a completed SF-1449 form electronically by September 16, 2024, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
    WA-MID-COLUMBIA RIV NWR-FLOWERING RUSH D
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the survey and removal of invasive flowering rush on 10 acres at the Columbia River National Wildlife Refuge, with the potential for additional acreage depending on funding. The objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by employing a contractor to provide all necessary labor, materials, and compliance with safety regulations, culminating in a final report on the effectiveness of the removal efforts. Quotes for this total small business set-aside opportunity are due by September 19, 2024, with the performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit a complete quote, including representations and certifications, to be considered for this project.
    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.
    IA PORT LOUISA NWR CULVRT MAT. RUSH LAKE
    Active
    Interior, Department Of The
    The U.S. Fish & Wildlife Service is soliciting proposals for the construction of precast concrete box culvert structures at the Port Louisa National Wildlife Refuge, specifically for the reconstruction of the Rush Lake Outfall. The project requires the delivery of five-foot by five-foot precast concrete box culverts and associated materials, with a total estimated cost of less than $25,000, emphasizing compliance with quality standards set by the Iowa Department of Transportation. Interested contractors must ensure adherence to safety protocols and environmental compliance, with key deadlines including a site visit on September 11, 2024, and quotes due by September 18, 2024. For further inquiries, potential bidders can contact William Koski at williamkoski@fws.gov.
    56--FY24 VAFO trail work materials
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting quotes for the procurement of trail materials necessary for the repair and maintenance of trails at Valley Forge National Historical Park. The project specifically requires over 2,000 tons of various sizes of stone, stone dust, and mixed boulders, with strict specifications regarding color and delivery timelines. This procurement is vital for preserving the park's historical significance and ensuring the safety and accessibility of its trails, with the contract period set from September 25 to November 24, 2024. Interested small businesses must submit their firm fixed price quotes by September 18, 2024, and can direct inquiries to Joshua Kirleis at JoshKirleis@nps.gov or by phone at 610-783-1045.
    Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct site inspections of abandoned mine land at the Wichita Mountains National Wildlife Refuge in Oklahoma. The primary objective of this procurement is to assess potential hazardous substance releases at ten identified sites, ensuring compliance with federal environmental guidelines and determining risks to human health and the environment. This initiative is crucial for addressing contamination issues stemming from historical mining operations, thereby safeguarding ecological integrity and public health within protected areas. Quotations are due by October 11, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.
    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.
    F--Invasive and Woody Vegetation Herbicide Treatment
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a federal contract focused on invasive and woody vegetation herbicide treatment at two wildlife refuges in Michigan. The project involves aerial herbicide treatment across 1,800 acres at Shiawassee National Wildlife Refuge and 18 acres at Detroit River International Wildlife Refuge, utilizing aquatic-approved glyphosate and crop oil to manage vegetation and support habitat restoration efforts. This contract, identified as Request for Proposal (RFP) Number 140F0S24R0022, is set aside for small businesses, with a performance period from September 23, 2024, to September 22, 2025. Interested bidders must submit their quotations by September 17, 2024, at 1:00 PM Central Time, and can contact Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217 for further information.