Z--PR CULEBRA NWR QUARTERS 2 REHAB
ID: 140FHR24R0008Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, HURRICANE & RECOVERYFalls Church, VA, 22041, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)
Timeline
    Description

    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 tracy_gamble@fws.gov or call 404-679-4055 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Culebra National Wildlife Refuge (NWR) seeks rehabilitation services for Quarters #2, heavily damaged by Hurricane Fiona in 2022. This Statement of Work outlines essential tasks such as conducting mold detection, repairing and repainting exterior and interior walls, fixing storm shutters, deep cleaning floor tiles, and replacing a propane tank's storage structure. Key tasks include evaluating mold presence, restoring approximately 4,000 square feet of exterior surfaces, repairing interior doors and walls, and ensuring watertight conditions for existing windows. The contractor must fulfill stringent safety and environmental regulations while collaborating with Refuge staff during construction. The period of performance and specific requirements for quality control, communication, payment procedures, and waste management are also clearly defined. Prior to work commencement, contractors are expected to provide necessary project documentation, including a detailed schedule and safety plans, along with maintaining compliance with local and federal laws. This document serves as a vital guideline for contractors responding to the federal RFP, ensuring the rehabilitation aligns with government standards while safeguarding ecosystem integrity at the Culebra NWR.
    The U.S. Fish and Wildlife Service is releasing a request for proposals aimed at small businesses for repairs and maintenance at the Culebra National Wildlife Refuge. The primary objective is to address damage from mold and storms, including mold detection and mitigation, interior and exterior repairs, and deep cleaning services. The statement of work will encompass these tasks and is expected to be posted on August 26, 2024. This procurement follows the Lowest Price Technically Acceptable (LPTA) approach and will likely result in a firm-fixed price contract. Evaluations will prioritize technical approach, past performance, and capability. Interested parties should register on the System for Award Management (SAM) and submit questions in writing. The contracting officer is Samson Rich of the U.S. Fish and Wildlife Service.
    The document outlines the wage determination for a construction rehabilitation project on Quarters #2 at the Culebra National Wildlife Refuge in Puerto Rico, under the Davis-Bacon Act (WD # PR20240001). Published on January 5, 2024, it encompasses statewide wage rates for various construction roles. The determination mandates that contracts subject to the Davis-Bacon Act pay workers at least the applicable minimum wage rate of $17.20 per hour, as prescribed by Executive Order 14026, or the prevailing rates listed if higher. It details wage rates for skilled labor positions like bricklayers, carpenters, and laborers, each with specific minimum wages and fringe benefits. Any necessary job classifications not listed must be submitted for conformance requests post-award. The document also provides guidance on the appeals process related to wage determinations and emphasizes the importance of compliance with worker protection regulations. This summary serves as a crucial reference for contractors involved in federally funded construction projects, ensuring correct wage payment and adherence to labor standards.
    The document details a government solicitation for a fixed-price contract concerning the construction rehabilitation of Quarters #2 at Culebra National Wildlife Refuge. Issued by the FWS Hurricane & Recovery, the Invitation for Bid (IFB) emphasizes that contractors must provide all labor, materials, and equipment necessary for the project within an estimated timeframe of 90 calendar days, with a project magnitude between $250,000 and $500,000. Contractors are required to submit sealed bids, comply with performance and payment bond requirements, and are encouraged to use environmentally sustainable products. The document outlines specific clauses that govern the contract, including those related to inspection, acceptance, and payment. Additionally, it contains stipulations addressing hazardous materials, endangerment to protected species, and environmental considerations, underscoring the government's commitment to regulatory compliance. The solicitation process aims to ensure transparency, accountability, and competition in public construction projects, reflecting the government's broader objectives for infrastructure improvement and sustainability.
    The document outlines a Request for Proposal (RFP) for construction services relating to the Rehabilitation Project at the Culebra National Wildlife Refuge in Puerto Rico. It includes a schedule of items detailing base bid tasks (CLIN numbers 10-60) and an optional task (CLIN number 70). The base tasks encompass mold detection, repairs to exterior and interior walls, storm shutters, deep cleaning of floor tiles, and the replacement of a propane tank’s concrete storage structure, all measured in lump sums. The optional task involves mold mitigation on a per square foot basis. The RFP requires bidders to provide comprehensive pricing and cost element breakdowns for each item, indicating a focus on transparency and detailed financial proposals. The overarching aim is to restore and maintain the integrity of structures within the wildlife refuge, aligning with federal standards for environmental and construction practices.
    The document is an amendment to a solicitation for federal procurement, specifically for the FWS Hurricane & Recovery project, identified by the solicitation number 140FHR24R0008. It outlines the process for contractors to acknowledge receipt of the amendment to avoid rejection of their bids if not received by the specified deadline. The amendment details the scheduling of a site visit on September 9, 2024, at 11 AM EST, while confirming that all other terms and conditions of the solicitation remain unchanged. It is crucial for contractors to either acknowledge the amendment in their submitted offers or provide a separate communication referencing the amendment to ensure compliance. The overarching period of performance for the project is from September 30, 2024, to December 31, 2024. This document reflects standard practices for amendments in federal RFP processes, ensuring transparency and proper communication with potential contractors.
    The document is an amendment to solicitation number 140FHR24R0008, specifically related to a contract involving hurricane recovery efforts issued by the U.S. Fish and Wildlife Service (FWS) in Falls Church, Virginia. The amendment emphasizes the importance of acknowledging receipt of this document for offer consideration and provides specific methods for acknowledgment, including submitting copies or electronic communication referencing the amendment. Key details include a second site visit scheduled for September 16, 2024, at 8 AM Eastern and the defined period of performance from September 30, 2024, to December 31, 2024. The amendment alters the solicitation without changing the overall terms and conditions of the contract referenced. This amendment serves to keep potential contractors informed regarding updates and timelines, ensuring compliance with procedural requirements critical to the federal contracting process. It reflects standard practices within government requests for proposals (RFPs) and contract modifications, ensuring transparency and clarity for all involved parties.
    The document outlines a solicitation for a construction rehabilitation project on Quarters #2 at Culebra National Wildlife Refuge, as issued by the U.S. Fish and Wildlife Service. The primary objective is to invite bids for labor, equipment, materials, and tools required to complete the project, with an estimated cost between $250,000 and $500,000. The NAICS code applicable to this solicitation is 236220, encompassing commercial and institutional building construction. The proposal submission is electronic, due by September 23, 2024, and the project period is set for 90 calendar days from award notification, with anticipated completion by December 31, 2024. Bidder requirements include meeting performance and payment bond conditions, with the necessity for contractors to be registered in the System for Award Management (SAM). Proposals should be delivered to the designated address in Culebra, PR. This solicitation emphasizes the government's intention to ensure quality construction services through a fixed-price award process, adhering to established federal regulations. Overall, the document serves to facilitate the procurement of essential rehabilitation services in line with government contracting practices.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    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.
    Trail, Boardwalk and Bridge Repairs at Quivira NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting proposals for the rehabilitation of trails, boardwalks, and bridges at the Quivira National Wildlife Refuge in Stafford, Kansas. The project aims to enhance public access and ecological integrity by repairing and replacing existing infrastructure, with a focus on compliance with ADA standards and environmental protection guidelines. This initiative reflects the federal commitment to improving recreational facilities within wildlife reserves, with an estimated contract value between $500,000 and $1,000,000 and a completion timeline of 180 days post-award. Interested contractors must submit proposals via email by September 20, 2024, following a mandatory site visit on September 3, 2024; for further inquiries, contact Justine Coleman at justinepasiecnik@fws.gov or 413-253-8287.
    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.
    C--HI MIDWAY ATOLL NWR OWNER'S REP
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for architectural engineering services as an Owner's Representative for the Midway Atoll National Wildlife Refuge in Hawaii. The project aims to enhance or construct protective features for the inner harbor and repair the seawall, emphasizing the federal government's commitment to environmental protection and infrastructure maintenance within wildlife refuges. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on their technical approach, past performance, and capabilities. The detailed solicitation package will be available on SAM.gov on September 18, 2024, and inquiries should be directed to JoAnn Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    REHAB QUARTERS #28 Electrical - VT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the rehabilitation of electrical systems at Quarters 28, located at the Dwight D. Eisenhower National Fish Hatchery in Vermont. The project aims to upgrade the electrical and mechanical systems of a 1,200 square-foot residence to ensure safe living conditions for staff, including the installation of new electrical wiring, receptacles, and energy-efficient HVAC options. This initiative is critical for maintaining affordable housing for staff while enhancing safety and energy efficiency. Proposals are due by September 19, 2024, with a mandatory site visit scheduled for September 16, 2024. Interested parties can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 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.
    56--HI - FENCING MATERIALS_Amend 3
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking bids for fencing materials as part of hurricane recovery efforts at the James Campbell National Wildlife Refuge in Kahuku, Hawaii. The procurement includes a detailed Bill of Materials that specifies woven wire fencing, fence posts, clips, and galvanized pipes, with a performance period set from September 19, 2024, to November 12, 2024. This initiative underscores the government's commitment to wildlife preservation and recovery efforts following natural disasters, while also promoting opportunities for small businesses through a Total Small Business Set-Aside. Interested contractors must direct any inquiries to Tina Baker at tinabaker@fws.gov and ensure compliance with acknowledgment procedures to avoid rejection of offers, with the bid submission deadline extended to September 17, 2024.
    Well Rehabilitation - VA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the rehabilitation of an 8-inch production well at the Harrison Lake National Fish Hatchery in Charles City, Virginia. The project aims to restore the well's flow capacity and water quality, which is crucial for maintaining hatchery operations, as the well was last serviced in 2013. This procurement is significant for ensuring the sustainability of fish populations and the overall effectiveness of the hatchery's operations. Proposals are due by September 18, 2024, with a site visit scheduled for September 4, 2024, and interested parties can contact Christine Beauregard at ChristineBeauregard@fws.gov for further information.