VA CHINCOTEAGUE NWR ASHPALT MATERIALS
ID: 140F0S25Q0013Type: Solicitation
Overview

Buyer

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

NAICS

Asphalt Paving Mixture and Block Manufacturing (324121)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide asphalt materials for the Chincoteague National Wildlife Refuge, with a contract performance period from April 1, 2025, to June 30, 2025. The procurement includes the delivery of various construction materials such as asphalt tack coat, base and top course materials, and other essential supplies, all of which must comply with Virginia Department of Transportation standards. This initiative is crucial for maintaining the infrastructure of protected lands and ensuring compliance with federal regulations. Interested vendors must submit their quotations by March 21, 2025, and can direct inquiries to Joni Dutcher at joni_dutcher@fws.gov or by phone at 571-447-8387.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) titled "Chincoteague NWR Road Materials" aimed at soliciting proposals from businesses for goods and services related to road materials at Chincoteague National Wildlife Refuge. It outlines the necessary information that interested businesses must provide, including business identification details, capability statements, and desired arrangements for contract fulfillment, such as being a sole contractor or using subcontractors. Key sections include a description of the firm’s capabilities, past relevant experience, and additional services that may enhance their proposal. The document emphasizes the importance of articulating capabilities clearly and meeting critical timelines for procurement. It serves as a guideline for companies to demonstrate their qualifications and interests in competing for this government contract.
    The document outlines a Request for Proposals (RFP) for the provision of various construction materials intended for use at the Chincoteague National Wildlife Refuge, specifically from April to July 2025. This includes delivery of asphalt tack coat, base and top course materials, various polyethylenes, concrete pipes, geotextile fabric, aggregate, and fill materials in specified quantities. Vendors must ensure compliance with Virginia Department of Transportation standards and provide material certifications. Deliveries must be coordinated with government representatives due to limited staging capacity at the site. The RFP emphasizes the importance of timely and certified delivery, regular communication with designated government contacts, and adherence to federal regulations. The document also specifies penalties for non-compliance and outlines the expectations regarding contractor performance and invoicing through an electronic platform. This procurement is crucial to the timely completion of a scheduled government project, highlighting the commitment to maintaining the infrastructure of protected lands while ensuring compliance with legal and safety standards.
    The document outlines a Subcontracting Plan in accordance with federal regulations, specifically FAR Clause 52.219-9. Its main purpose is to establish goals for subcontracting with various categories of small businesses, including veteran-owned, service-disabled veteran-owned, HUBZone, small disadvantaged, and women-owned businesses. The plan requires a detailed chart outlining proposed dollar values for subcontracting over a five-year period, broken down annually. Key sections include the methodology for setting subcontracting goals, identification of potential sources for subcontractors, and documentation requirements for maintaining subcontracting records. The contractor commits to ensuring equitable opportunities for small businesses and complying with reporting requirements on subcontracting achievements. The plan emphasizes the necessity of including small business concerns in subcontracting opportunities, adhering to relevant regulations, and maintaining transparency with the contracting officer. It further stipulates that subcontractors exceed specified contract values must adopt a compliant subcontracting plan. Ongoing efforts to engage small business sources, maintain records of outreach, and monitor compliance are also crucial components of the document. This plan reflects the government's initiative to promote small business participation in federal contracting through structured oversight and reporting mechanisms.
    This document is an amendment to solicitation number 140F0S25Q0013, detailing modifications and updates related to a federal contract managed by the U.S. Fish and Wildlife Service (FWS) in Falls Church, Virginia. The amendment informs potential contractors of necessary actions such as acknowledging receipt of the amendment through specified methods and addressing modifications to offers prior to a designated deadline. It outlines that the period of performance for the contract will span from April 1, 2025, to June 30, 2025. In this amendment, additional documents concerning the Statement of Work (SOW), clauses, and provisions (Sections B to M) are attached. Contact points for inquiries include a Contracting Point of Contact (POC) and Technical POCs, with specific emails and phone numbers provided. The amendment emphasizes the importance of adherence to protocols and deadlines to ensure the integrity of submitted offers. Overall, this document serves to guide contractors in understanding updates to the solicitation and maintaining compliance with submission requirements as part of the federal contracting process.
    The document is a Request for Quotation (RFQ) issued by the U.S. Fish and Wildlife Service (FWS) for the procurement of road materials. The RFQ is designated with the request number 140F0S25Q0013 and includes all necessary details for potential contractors to understand the requirements and submit their quotations by the specified deadline of March 21, 2025, at 0800 EDT. The main deliverable is the furnishing and delivery of various road materials as outlined in the Statement of Work, with the performance period set from April 1, 2025, to June 30, 2025. The document provides key information including the consignees' details, contact information for various points of contact (POC), and instructions for submitting quotations. It highlights that the RFQ is not a binding offer and does not obligate the government to cover any costs incurred by bidders in preparing their submissions. Furthermore, it notes that the request is not set aside for small businesses. This RFQ is part of the broader framework of government procurement processes aimed at efficiently acquiring necessary services and supplies, adhering to established guidelines for transparency and competition.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    VA-CHINCOTEAGUE Underground Conduit
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the construction of an underground conduit installation project at the Chincoteague National Wildlife Refuge in Virginia. The project, budgeted at less than $25,000, involves trenching approximately 310 feet, installing conduit, and making necessary asphalt repairs, with a contract duration of 14 days scheduled to commence on April 14, 2025, and conclude by April 30, 2025. This initiative underscores the government's commitment to environmental stewardship and compliance with federal regulations, including adherence to wage determinations and the protection of endangered species. Interested contractors must submit sealed bids by the specified deadline and can direct inquiries to Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
    Z--FL WELAKA NFH ROAD BASE MATERIAL FOR HATCHERYROADS
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small business 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. The procurement is a total small business set-aside under NAICS code 237310, focusing on highway, street, and bridge construction, with a performance period anticipated from March 24 to April 30, 2025. This project is crucial for maintaining the integrity of transportation routes utilized by the hatchery, ensuring safe access for 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 or by phone at 404-679-4158.
    56--Gravel for Sacramento NWRC
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the supply and delivery of gravel and riprap materials for the Sacramento National Wildlife Refuge, under solicitation number 140FGA25Q0009. The procurement includes a base requirement for 550 tons of ¾ AB gravel, 2,000 tons of 18” minus riprap, and 2,000 tons of 1 ½” AB gravel, with options for additional quantities, all aimed at enhancing water control structures and stabilizing banks within the refuge. This initiative underscores the importance of maintaining environmental infrastructure while engaging small business vendors, as the contract is set aside for total small business participation. Quotations must be submitted by March 26, 2025, with a performance period expected to commence 30 days post-award, and interested parties can contact Justine Coleman at justinepasiecnik@fws.gov or by phone at 413-253-8287 for further details.
    FY25 CES Asphalt
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking quotes for the supply of Hot Mix Asphalt (HMA) class “G” 3/8 64-28 Oil Asphalt for maintenance and repair at Fairchild Air Force Base in Washington. The contractor will be responsible for delivering between 650 to 1,148 tons of asphalt, adhering to Washington State Department of Transportation (WSDOT) standards, with deliveries scheduled from April 3 to November 1, 2025, requiring a minimum 48-hour notice prior to delivery. This procurement is a total small business set-aside, emphasizing the importance of compliance with federal regulations and operational standards, with quotes due by March 12, 2025. Interested vendors can contact Ryan A Moffett at ryan.moffett@us.af.mil or Sarah O'Neil at sarah.oneil.1@us.af.mil for further information.
    WY-NATIONAL ELK REFUGE-BULK FUEL 5 YEAR BPA SET-UP
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for the supply and delivery of bulk fuel to the National Elk Refuge in Jackson, Wyoming. The procurement requires the delivery of three types of fuel: unleaded fuel with 10% ethanol, clear diesel, and dyed diesel, which will be stored in designated 1,000-gallon tanks at specified locations. This initiative is crucial for ensuring reliable fuel supplies for operational activities at the refuge, with deliveries expected to occur within 48 hours of notice during business hours. Interested suppliers must submit their quotes on company letterhead by March 18, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further information.
    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.
    S--CO NATL BLCK-FTD FERRET CONSERV CT - Trash Removal
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for a five-year Blanket Purchase Agreement (BPA) focused on trash removal services at the National Black-footed Ferret Conservation Center in Carr, Colorado. The primary objective of this procurement is to ensure bi-weekly removal of substantial waste generated at the Center, which is critical for the conservation of the endangered black-footed ferret, including compliance with all applicable regulations regarding waste disposal. Interested vendors must submit their quotes by March 21, 2025, along with a completed SF 1449 form, a detailed pricing list, technical capability narratives, and evidence of past performance, with the BPA set to commence on March 28, 2025, and conclude on March 27, 2030. For further inquiries, interested parties can contact Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    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.
    56--YELL - Hot Mix Asphalt
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the provision of hot mix asphalt services at Yellowstone National Park. The project requires the contractor to supply and mix approximately 6,300 tons of hot mix asphalt using a mobile plant located at Norris Junction Pit, with operations scheduled from August 1, 2025, to October 31, 2025. This procurement is vital for maintaining the park's road infrastructure, ensuring safe access for visitors while adhering to environmental standards and operational protocols. Interested vendors must submit their proposals by March 17, 2024, and direct any inquiries to Sally Leitch at sallyleitch@nps.gov or by phone at 720-450-5172.