ND-TEWAUKON NWR-REPLACE WATER DIS SYSTEM
ID: 140FC125R0002Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 1Falls Church, VA, 22041, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 9:00 PM UTC
Description

The U.S. Fish and Wildlife Service is soliciting bids for the replacement of the water distribution system at Tewaukon National Wildlife Refuge in Cayuga, North Dakota. This project involves the complete installation of a new water distribution network, including piping, curb stops, and connections to existing infrastructure, while adhering to safety, environmental, and regulatory standards. The initiative is crucial for maintaining essential water infrastructure that supports wildlife conservation efforts and operational needs at the refuge. Interested small businesses must submit their proposals via email by April 25, 2025, with a projected contract value between $100,000 and $250,000, and can direct inquiries to John Ferrall at john_ferrall@fws.gov.

Point(s) of Contact
Files
Title
Posted
The U.S. Fish and Wildlife Service is initiating a water system replacement project at Tewaukon National Wildlife Refuge in North Dakota. The comprehensive plan includes the installation of a new water distribution network, including piping and curb stops, while adhering to various safety, environmental, and regulatory standards. Key sections of the project outline requirements for quality management, project coordination, financial procedures, and waste management. Contractors are responsible for demolition of existing structures, ensuring proper environmental protections, and obtaining necessary permits. Special attention is directed towards minimizing disruption to wildlife and existing utility services during construction. The project highlights the commitment to infrastructure improvement within federal standards, promoting ecological stewardship while fulfilling operational needs at the refuge. Compliance with state and federal regulations is necessary, alongside detailed coordination with subcontractors to ensure project efficiency and safety. Effective documentation and reporting, including photographic evidence, are essential elements for successful project completion and adherence to contractual obligations.
Apr 9, 2025, 8:08 PM UTC
The document outlines specific construction details related to the visitor center project, focusing on waterline installations and yard hydrant placements. It includes a table of contents listing relevant sections such as the preparation of trench bottoms, alternative preparation methods, gravel repair, and service line details. The project emphasizes critical infrastructure elements necessary for water distribution throughout the campus, aiming to ensure reliable access and functionality. Each section is marked "NTS" (not to scale), indicating technical drawings or specifications that will guide construction practices. Overall, this document serves as a foundational blueprint for contractors engaging with federal or state/local RFPs, facilitating compliance with regulations and project specifications in the development of public facilities.
Apr 9, 2025, 8:08 PM UTC
The document presents a bid schedule for the replacement of the drinking water system at Tewaukon National Wildlife Refuge located in Cayuga, North Dakota. The project includes the replacement of various water infrastructure components, specifically estimating 550 linear feet of a 1" water service line, 74 linear feet of a 2" water main, and 1,512 linear feet of 1-1/2" water main, primarily utilizing directional drilling techniques. The contractor is responsible for providing all necessary labor, materials, and equipment as per the outlined specifications and drawings. Additionally, various items such as curb stops, yard hydrants, and the demolition of existing components are included in the bid. The total cost calculations are to reflect individual unit costs, including provisions for mobilization, bonding, overhead, and profit. Overall, this RFP signifies the federal government's investment in maintaining essential water infrastructure at wildlife refuges, highlighting the importance of safe drinking water systems in wildlife conservation efforts.
The document appears to be a corrupted or improperly processed government file related to federal requests for proposals (RFPs), grants, and local RFPs. It contains fragmented data and unreadable sections that suggest a focus on various government-related initiatives, possibly involving project funding, safety protocols, and compliance measures. Despite its unclear presentation, the original intent seems to revolve around the need for clear procedures and regulations associated with government-funded projects. Key ideas likely include protocols for project applications, expected standards for contractors, compliance requirements, and the importance of maintaining safety and environmental standards throughout the project lifecycle. Due to the document's significant corruption, it is challenging to extract precise directives or policies directly. Overall, the essence of the content points toward ensuring that all parties involved in government projects adhere to stipulated guidelines while prioritizing safety, compliance, and effective resource management to facilitate successful project outcomes.
Apr 9, 2025, 8:08 PM UTC
The federal solicitation amendment 140FC125R0002 relates to the water distribution system replacement project at the Tewaukon National Wildlife Refuge (NWR). This amendment addresses responses to Requests for Information (RFIs) and extends the proposal submission deadline from April 11, 2025, to April 25, 2025, by 5:00 PM EDT. Key clarifications include the acceptance of fusible poly pipe for long bores, provided it meets the necessary pressure requirements. Additionally, contractors can make minor deviations in routing to avoid existing underground utilities, including fiber optics. The period of performance for the project is set from May 5, 2025, to September 3, 2025. Contractors must acknowledge receipt of the amendment to ensure their offers are considered. The document outlines processes for acknowledging amendments and includes stipulations regarding modifications to contracts/orders as necessary. Overall, this amendment serves to clarify technical specifications while ensuring compliance with procedural requirements for the bidding process.
Apr 9, 2025, 8:08 PM UTC
The document outlines a solicitation for the construction project titled "Tewaukon National Wildlife Refuge - Water System Replacement" located in Cayuga, North Dakota. The U.S. Fish and Wildlife Service is seeking bids for a complete replacement of the water distribution system, which includes various installations and connections. This is a 100% Small Business Set-Aside contract under NAICS code 237110, emphasizing that only small businesses can participate. The contract will be awarded based on a Lowest-Price Technically Acceptable (LPTA) model, focusing on both price and technical adequacy. A firm-fixed-price contract method will be utilized, and bids must be submitted via email by April 11, 2025, with a projected completion period of 120 calendar days after the agency issues a notice to proceed. The project has a construction cost estimate between $100,000 and $250,000, which requires the contractor to provide performance and payment bonds, and possibly a bid guarantee. Safety, submittal processes, and quality control standards are rigorously detailed to ensure compliance with federal regulations. The solicitation underscores the importance of adhering to various contract terms and local safety laws while enabling small businesses to contribute to vital infrastructure needs.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Y--GA PIEDMONT NWR RESTROOM FOUNDATION
Buyer not available
The U.S. Fish and Wildlife Service is seeking contractors for the repair of restroom and shower facilities at the Piedmont National Wildlife Refuge in Hillsboro, Georgia. The project involves stabilizing the Pippins Lake Comfort Station, which has experienced significant structural deficiencies, by driving piers to support the building slab and ensuring operational status during construction. This initiative underscores the government's commitment to maintaining public resources within national wildlife refuges while adhering to strict safety and environmental regulations. Interested small businesses must submit their bids by April 10, 2025, with a total project cost estimated to be less than $25,000 and a completion deadline of June 30, 2025. For further inquiries, contractors can contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
OK DEEP FORK NWR CULVERT BOX
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the construction of a box culvert at the Deep Fork National Wildlife Refuge in Okmulgee County, Oklahoma. The project involves the installation of concrete structures, including box culverts and approach drives, while ensuring compliance with environmental regulations and federal standards. This initiative is crucial for enhancing infrastructure at national wildlife refuges while promoting habitat protection and sustainability. Interested small businesses must submit sealed offers by the specified deadlines, with the anticipated contract value ranging from $100,000 to $250,000, and work expected to commence by June 10, 2025, and conclude by October 10, 2025. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
54--NM-BITTER LAKE NWR-EQUIP BLDG INSTALL
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a prefabricated shade structure at Bitter Lake National Wildlife Refuge in Chavez County, New Mexico. The project aims to enhance outdoor facilities within the refuge, aligning with conservation and community engagement objectives, with a construction budget estimated between $0 and $40,000. Interested contractors should note that this opportunity is set aside for small businesses, with a size standard of 750 employees, and must comply with wage determinations under the Davis-Bacon Act, which mandates a minimum wage of $17.75 per hour for workers on this project. Proposals are due by the specified deadline, and interested parties can contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792 for further information.
Repair Bow Creek Fence
Buyer not available
The National Park Service, under the Department of the Interior, is seeking qualified contractors to repair and replace segments of the Bow Creek Fence at the Missouri National Recreational River Headquarters in Yankton, South Dakota. The project involves removing downed vegetation, repairing existing fencing, and installing new treated wood posts and H-braces to ensure the fence meets acceptable standards and prevents cattle access during repairs. This initiative is crucial for maintaining park boundaries and ensuring public safety within national recreational areas. The estimated contract value ranges from $25,000 to $100,000, with a firm-fixed price contract set aside exclusively for small businesses. Interested contractors must contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515 for further details and are required to register in the System for Award Management (SAM) prior to bidding. The project timeline stipulates completion within 120 days from the Notice to Proceed.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
MS-FWS NOXUBEE-HERBICIDE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for herbicide application services at the Noxubee National Wildlife Refuge (NWR) in Mississippi, under solicitation number 140FS325Q0063. The primary objective is to manage invasive species, specifically Bicolor Lespedeza, by applying a specified herbicide mixture across approximately 124 acres, with a focus on compliance with environmental regulations and treatment protocols. This contract is set aside for small businesses and includes a base period of three months with two optional extensions, emphasizing the importance of effective habitat conservation efforts. Interested bidders must submit their proposals by April 22, 2025, with an anticipated award date of May 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
Keough Domestic Water Well, Black Hills National Forest, South Dakota
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the construction of the Keough Domestic Water Well located in the Black Hills National Forest, South Dakota. The project entails the construction, development, testing, and disinfection of a new domestic water well, including the installation of a submersible pump and necessary electrical connections to ensure operational functionality. This initiative is part of the federal government's commitment to enhancing water infrastructure within national forests, emphasizing compliance with local regulations and environmental standards. Proposals are due by May 5, 2025, with a performance period from June 30, 2025, to October 28, 2025. Interested contractors can reach out to Holly Hlavac at holly.hlavac@usda.gov or Lucas Dahlman at Lucas.Dahlman@usda.gov for further inquiries.
F--OR-SHELDON NWR-LOW TECH STRM RESTORATION
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for a federal contract focused on the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The project aims to enhance aquatic habitats by implementing restoration techniques that mimic natural structures, specifically along Thousand Creek and Fish Creek, with a performance period from May 1, 2025, to April 30, 2026. This initiative is crucial for improving stream health and biodiversity, aligning with federal and state environmental restoration efforts. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
S--NC ALLIGATOR RIV NWR ELEC INSTALL GATE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking bids for the installation of electrical services to an automated sliding gate at the Alligator River National Wildlife Refuge Maintenance and Operations Center in Manns Harbor, North Carolina. The project involves trenching and wiring to connect the gate operator to the main electrical building, with a total budget not exceeding $25,000. This installation is crucial for enhancing operational efficiency and security at the refuge. Interested contractors must register in the System for Award Management (SAM) and are required to complete the work within 60 days of contract award, specifically from May 5 to July 3, 2025. A site visit is scheduled for April 10, 2025, and all inquiries should be directed to Contract Specialist Bill Koski at williamkoski@fws.gov by April 11, 2025.
USFWS DALE HOLLOW NFH HATCHERY EFFLU PUMPS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the procurement of two effluent pumps for the Dale Hollow National Fish Hatchery in Celina, Tennessee. The contract, identified under solicitation number 140FS325Q0062, requires pumps with a minimum output of over 1600 gallons per minute (GPM) and a discharge head of 65 feet, with the performance period anticipated from April 30, 2025, to July 31, 2025. This procurement is critical for maintaining the operational efficiency of the hatchery, which plays a vital role in fish conservation and management. Proposals are due by April 15, 2025, and interested contractors must provide their SAM Unique Entity Identifier, a completed quote schedule, and past performance records to be considered. For further inquiries, contact Lee Riley at leeriley@fws.gov or call 404-679-4158.