FWS LA BAYOU SAUVAGE NWR LIMESTONE
ID: 140FS325Q0031Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Construction Sand and Gravel Mining (212321)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 5, 2025, 12:00 AM UTC
  3. 3
    Due Feb 6, 2025, 10:00 PM UTC
Description

The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the supply, delivery, spreading, and grading of approximately 500 tons of #610 Kentucky blue/gray limestone at the Bayou Sauvage Urban National Wildlife Refuge in New Orleans, Louisiana. The procurement is designated as a Total Small Business Set-Aside, emphasizing the importance of engaging small businesses in federal contracting opportunities. This limestone will be utilized to enhance the parking lot at the refuge, ensuring proper grading and depth for effective use. Interested vendors must submit their quotations by January 30, 2025, with inquiries directed to Contract Specialist Lee Ann Riley by January 23, 2025. The anticipated period of performance for the contract is from February 6 to March 31, 2025, and all submissions must comply with the outlined requirements, including registration in the System for Award Management (SAM).

Point(s) of Contact
Files
Title
Posted
Feb 5, 2025, 4:06 PM UTC
The Past Experience Questionnaire is a form designed for businesses responding to federal or state/local requests for proposals (RFPs), ensuring compliance with the solicitation. Companies must provide essential information including their unique entity ID, type of business, and details on past experience. Key areas addressed include years of experience in services, contracting history as prime or subcontractors, and whether the company has ever failed to complete awarded work. Companies are required to list key personnel and their qualifications, as well as provide references from relevant contracts completed in the past three years, preferably focusing on government contracts. Each referenced contract requires detailed information such as total value, agency, and scope of work to facilitate evaluation by the government. The questionnaire culminates in a certification section affirming the accuracy of the provided information. This document serves as a crucial tool in evaluating the capability of businesses to undertake government projects while ensuring that all required information is presented for formal consideration.
Feb 5, 2025, 4:06 PM UTC
The document outlines an amendment to Solicitation 140FS325Q0031, which requests quotations for the supply of approximately 500 tons of #610 Kentucky Blue/Gray Limestone to be delivered, spread, and graded at the FWS Bayou Sauvage Urban National Wildlife Refuge in New Orleans, Louisiana. The amendment extends the due date for submissions to February 5, 2025, by 3:00 PM EDT. This procurement is designated as a 100% Small Business Set-Aside under the NAICS code 212321, emphasizing a small business size limit of 500 employees. The document details submission requirements, including letters of acknowledgement, required forms such as SF 1449, and documentation of past performance, all of which must be completed to be deemed responsive. Offers will be assessed based not only on price but also on technical capabilities and past experience. Communication must be directed to Contract Specialist Lee Ann Riley, and all inquiries should be submitted by January 23, 2025. This solicitation reflects standard government practices for acquiring goods and services, ensuring competitiveness and compliance with relevant provisions.
Feb 5, 2025, 4:06 PM UTC
This document is an amendment (140FS325Q0031) to a federal solicitation concerning contractual changes administered by the U.S. Fish and Wildlife Service (FWS). The amendment outlines significant updates, including the appointment of a new Buyer and Contracting Officer, Keith Rose, with a requirement for all responses to be submitted via his email. The closing date for solicitation submissions is extended to February 6, 2025, at 5:00 PM ET, with a defined period of performance from the same date to March 31, 2025. The document also provides instructions for offerors regarding the acknowledgment of the amendment and procedures for making changes to already submitted offers. All other terms and conditions of the original solicitation remain unchanged. This amendment serves to ensure that all interested parties are informed of the updates and can submit their proposals accordingly, maintaining transparency and compliance within the procurement process.
Feb 5, 2025, 4:06 PM UTC
The document outlines Solicitation 140FS325Q0031, which requests quotations for the supply, delivery, spreading, and grading of approximately 500 tons of #610 Kentucky blue/gray limestone at the FWS Bayou Sauvage Urban National Wildlife Refuge in New Orleans, LA. It specifies a small business set-aside and identifies the corresponding NAICS code as 212321 (Construction Sand and Gravel Mining), with a size standard of 500 employees. The contractor is expected to deliver the limestone, ensuring it is spread and graded to a depth of about four inches to enhance the parking lot at the refuge. The anticipated period of performance is from February 6 to March 31, 2025. The document emphasizes requirements for contractor registration in the System for Award Management (SAM) and the Invoice Processing Platform (IPP) for payment purposes. Quotations must include essential documentation, including a completed SF 1449 form and a detailed quote register. Questions regarding the solicitation should be directed to the Contract Specialist, Lee Ann Riley, by January 23, 2025, with quotes due by January 30. The procurement aims to contract with a responsible vendor that provides the best value, factoring in past performance, technical competence, and pricing.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
FL WELAKA NFH ROAD BASE MATERIAL FOR HATCHERYROADS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide 2,800 tons of FDOT-certified Lime Rock Road Base materials for pothole repairs at the Welaka National Fish Hatchery in Florida. This procurement is a total small business set-aside under NAICS code 237310, focusing on highway, street, and bridge construction, with a performance period expected from March 24 to April 30, 2025. The materials are crucial for maintaining the integrity of transportation routes utilized by the hatchery, ensuring safe and efficient operations. Interested contractors must submit their proposals, including a signed SF 1449 form and proof of active registration in the System for Award Management (SAM), by March 14, 2025, and may direct inquiries to Contract Specialist Lee Ann Riley at leeriley@fws.gov by March 7, 2025.
56--VA CHINCOTEAGUE NWR ASHPALT MATERIALS
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for the delivery of asphalt materials to the Chincoteague National Wildlife Refuge (NWR). The procurement includes various asphalt paving and construction materials, such as asphalt tack coat, base and top course materials, polyethylene and concrete pipes, geotextile fabric, aggregate, fill materials, and concrete, all adhering to Virginia Department of Transportation and ASTM standards. This project is crucial for supporting ongoing construction activities at the refuge, reflecting the government's commitment to infrastructure development in protected areas. Interested suppliers should contact Joni Dutcher at jonidutcher@fws.gov or call 571-447-8387 for further details, with the delivery period scheduled from April to June 2025.
W--PR-VIEQUES NWR-/RVQ17-EQUIPRENTAL
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the rental of heavy equipment to support the rehabilitation of RT015 Playa Grande Road and the Punta Conejo Parking area at Vieques National Wildlife Refuge in Puerto Rico. The project encompasses approximately 3.5 miles of roadway and 1,150 square yards of parking area, with a performance period scheduled from March 4, 2025, to July 3, 2025. This initiative is crucial for maintaining infrastructure within protected areas, reflecting the government's commitment to environmental preservation and community service. Interested small businesses must submit their proposals by 4:00 PM on March 3, 2025, and can direct inquiries to Keith Rose at keithrose@fws.gov or by phone at 612-713-5423, with an estimated contract value of $40 million.
Fire Break Maintenance-Eagle Nest Lk Unit of San B
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
Supply Blanket Purchase Agreement
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies of crushed and broken limestone mining and quarrying materials. The BPA holder must be able to provide various products including light stone fill, medium stone fill, type 2 and type 4 sub base, washed 2, dry rip wrap, railroad ballast, and screened top soil. Quantities will be determined on individual BPA calls, ranging from 500 to 10,000 tons. Material will be delivered to Fort Drum, NY. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. Initial responses are requested within 10 days of the posting date.
F--Herbicide application, ST. MARKS NWR-FL
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
M--CLEAN AND INSPECT CULVERTS - PINE ISLAND
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for a project titled "M--CLEAN AND INSPECT CULVERTS - PINE ISLAND" within Everglades National Park. The primary objective of this procurement is to clean and inspect 110 culverts in the Pine Island District, ensuring the preservation of the park's infrastructure and maintaining proper water flow, while adhering to environmental and safety regulations. This project is critical for the ecological integrity of the park, emphasizing compliance with standards for protecting threatened and endangered species. Interested small businesses must submit their quotations by 5:00 PM EST on March 5, 2025, following a mandatory site visit on February 13, 2025, and can direct inquiries to Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
TX-UVALDE NFH-TILT OVER DECK TRAILER
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide a 21K tilt-over deck trailer for the Uvalde National Fish Hatchery in Texas. The procurement requires vendors to meet specific technical specifications, including a gross vehicle weight rating (GVWR) of 21,000 lbs, and to deliver the trailer within 90 days post-contract award to the designated location. This equipment is essential for the hatchery's operations, supporting the agency's mission to manage and conserve fish and wildlife resources. Interested parties must submit their quotations by March 14, 2025, and can direct inquiries to Mack Washington at mackwashington@fws.gov or by phone at 404-679-4033.
Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for a Firm Fixed Price construction contract to replace the Headquarters Office and Maintenance Facility at Bon Secour National Wildlife Refuge in Gulf Shores, Alabama, under solicitation number 140FGA25R0004. The project aims to enhance visitor engagement and support conservation efforts by constructing a new facility that complies with federal, state, and local regulations, including environmental protections and accessibility standards. Contractors are required to begin work within 10 calendar days of award and complete the project by September 30, 2025, with a total performance period from August 30, 2024. Interested parties should contact Ian Young at ianayoung@fws.gov or 612-713-5214 for further details, and must submit sealed offers by the specified deadline, including required performance and payment bonds.
WI-IRON RIVER NFH - ICE PURCHASE
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking a contractor to supply 45,360 pounds of chlorine-free ice for the Iron River National Fish Hatchery, with a focus on transporting lake and brook trout from April to June 2025. The procurement requires the ice to be delivered in a climate-controlled manner, ensuring that it does not melt and that the cubes remain separate, with specific delivery expectations including 18 pallets by April 28, 2025, and additional pallets as needed. This ice is critical for maintaining fish viability during transportation, reflecting the hatchery's operational needs. Interested parties must submit their quotations by March 3, 2025, and can contact Dana Arnold at danaarnold@fws.gov or 703-468-8289 for further information.