56--CA-SACRAMENTO NWRC-WTR CTRL STCT/CULVERT
ID: 140FGA25Q0010Type: Solicitation
AwardedJun 10, 2025
$71.1K$71,141
AwardeeBRIGGS MFG, INC 2286 COUNTY ROAD N Willows CA 95988 USA
Award #:140FGA25P0023
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, GAOAFalls Church, VA, 22041, USA

NAICS

Concrete Pipe Manufacturing (327332)

PSC

MISCELLANEOUS CONSTRUCTION MATERIALS (5680)

Set Aside

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

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for a federal contract to supply and deliver precast concrete water control structures and culverts for the Sacramento National Wildlife Refuge in Willows, California. The procurement includes specific requirements for various structures, such as twin-track risers and box culverts, with a focus on enhancing water management infrastructure and supporting natural resource conservation efforts. The contract performance period is set from June 1, 2025, to August 31, 2025, with offers due by May 14, 2025. Interested contractors can reach out to Sanford Carson at sanford_carson@fws.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the federal government’s wage determination for construction projects in California under the Davis-Bacon Act, specifically for various construction types including building, heavy, dredging, and highway projects. It specifies applicable counties and dictates minimum wage rates based on the executive orders effective for contracts entered on or after January 30, 2022, and those awarded between January 1, 2015, and January 29, 2022. Wage rates for specific labor classifications such as carpenters, electricians, ironworkers, and laborers are presented by regions, along with their corresponding fringe benefits. This information is crucial for contractors seeking compliance with federal labor laws during project execution. The document serves as a guide for ensuring fair wages for workers involved in federally funded construction projects, promoting worker rights and protections, and is relevant for agencies issuing contracts and grants at federal, state, and local levels.
    The Sacramento National Wildlife Refuge requires the supply and delivery of precast concrete water control structures and culverts. The project entails providing specific materials, including twin-track risers, box culverts, and pipes, with precise dimensions and quantities outlined for delivery to designated sites within the refuge. Deliveries must occur within the first 30 days post-award, with concrete box culverts needed by July 31, 2025. Access to installation sites, which include earthen levees along canals and wetlands, will be facilitated for contractors. The U.S. Fish and Wildlife will assist by providing necessary equipment for gravel spreading and grading. Normal operational hours for this project are Monday to Friday, from 7:00 a.m. to 4:00 p.m. For coordination, key contacts have been named for further project details. This RFP reflects a structured governmental process aimed at maintaining essential wildlife infrastructure through careful planning and execution, emphasizing compliance with specific technical requirements and timelines.
    The Sacramento National Wildlife Refuge requires the supply and delivery of precast concrete water control structures and culverts along with supplemental pipe and hardware. The project scope includes various specifications for structures, such as 3’W x 4’H twin-track risers, box culverts measuring 5’W x 3’H, and different types of pipes and couplers. Delivery is to be coordinated at multiple sites with constraints due to wetland access. The first phase of delivery focuses on risers and pipes within 30 days of contract award, followed by the box culverts by June 30, 2025. Government equipment will support site preparation. Work hours are set for Monday through Friday. Effective communication is established through designated technical coordinators. This RFP outlines the procurement needs for improving water management infrastructure, aligning with broader natural resource conservation goals.
    The document outlines an amendment for solicitation number 140FGA25Q0010, focused on modifications to an existing proposal for precast structures and associated pipes. The amendment specifies changes in the Statement of Work (SOW), including updated dimensions for a box culvert and the addition of tail walls with HDPE stubs. The period of performance for the project is revised to June 1, 2025, through August 31, 2025, with offers due by May 6, 2025. The document highlights the importance of acknowledging receipt of this amendment to avoid rejection of offers, detailing acceptable methods for acknowledgment. All remaining terms and conditions are maintained from the original solicitation. This amendment serves to ensure compliance with project specifications and timelines while providing necessary guidance for contractors responding to the solicitation.
    The document pertains to the amendment of solicitation number 140FGA25Q0010, relevant to federal contracting. This amendment extends the deadline for offer submissions to May 14th, 2025, at 5 PM Eastern Time. It specifies that all other terms and conditions of the solicitation remain unchanged, while the period of performance for the contract is set from June 1, 2025, to August 31, 2025. The amendment offers guidance for bidders on acknowledging receipt, which can be done through various methods, including direct acknowledgment on submitted copies or via electronic communication. Additionally, it outlines the protocol for changing an existing offer before the newly specified due date. Overall, the document emphasizes adherence to administrative procedures critical for maintaining the integrity of the solicitation process.
    The document outlines a federal solicitation for a Firm Fixed Price Construction contract focused on supplying precast concrete water control structures and related materials for the Sacramento National Wildlife Refuge in Willows, California. The key details include a performance period from May 1, 2025, to July 31, 2025, with a requirement for offers to be submitted by April 29, 2025. Technical points of contact are provided to assist potential bidders. Mandatory performance and payment bonds are stipulated, and compliance with various regulations, including the Federal Acquisition Supply Chain Security Act (FASCSA), is required. The contractor must adhere to strict timelines, environmental protections, and standards related to hazardous materials. The contract emphasizes proper disposal of waste, compliance with employment regulations, and worker safety, particularly during fire hazard seasons. The solicitation illustrates the government's proactive approach to environmental management, historical preservation, and ensuring compliance with labor standards throughout the project's execution, reflecting federal priorities in infrastructure development and environmental stewardship.
    Lifecycle
    Similar Opportunities
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    WA FLAP JEFFER 134309(2), Two Trout Creek Culvert Replacement
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the WA FLAP JEFFER 134309(2) project, which involves the replacement of a failing culvert at Oil City Road MP 0.5 in Jefferson County, Washington. The primary objective of this procurement is to construct an Aquatic Organism Passage (AOP) culvert to enhance fish passage in a tributary to the Hoh River, addressing environmental concerns while ensuring compliance with federal standards. This project, approximately 0.1 miles in length, has an estimated cost between $2,000,000 and $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion deadline in Winter 2026. Interested bidders can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520.
    Sacramento River Erosion Contract 3
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to solicit bids for the Sacramento River Erosion Contract 3. This contract involves construction activities related to the erosion control of the Sacramento River East Levee, categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction. The project is critical for maintaining the integrity of the levee system, which plays a vital role in flood risk management and environmental protection in the region. Interested contractors can reach out to Julie Maxwell at julie.maxwell@usace.army.mil or by phone at 916-557-7989, or Jennifer Wheelis at Jennifer.l.wheelis@usace.army.mil or 916-616-5987 for further details regarding the pre-solicitation notice.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks are required to match existing models and will be utilized to store potable water for wildlife, particularly in drought-prone areas. The contract is a 100% Total Small Business set-aside, firm-fixed-price agreement, with quotes due by December 22, 2025, at 5:00 pm EST, and a performance period from December 29, 2025, to February 16, 2026. Interested vendors should direct inquiries and submissions to Khalilah Brown at khalilahbrown@fws.gov.
    Rotary Screw Trap
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    The delivery of approximately 8000 yds. of ¾ minus
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations for the delivery of approximately 8,000 cubic yards of ¾ minus crushed rock for the Malheur National Wildlife Refuge, located in Oregon. The crushed rock must comply with Oregon state specifications for Harney County gravel roads and is intended for use in maintaining the refuge's infrastructure. The delivery period is set from April 1, 2026, to June 30, 2026, and contractors are required to submit invoices electronically while adhering to various FAR clauses. Interested parties can contact Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387 for further details.
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.