SD - DC BOOTH HNFH - INSTALLATION OF ARCHIVE ROLLI
ID: 140FS225Q0099Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Showcase, Partition, Shelving, and Locker Manufacturing (337215)

PSC

INSTALLATION OF EQUIPMENT- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES (N072)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 15, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 9:00 PM UTC
Description

The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for the installation of high-density mobile archive rolling shelves at the DC Booth Historic National Fish Hatchery in Spearfish, South Dakota. The project aims to enhance the storage capabilities of the National Fish and Aquatic Conservation Archives (NFACA) by implementing a rail-mounted system that complies with federal archival standards, ensuring safe access and efficient use of space for over 1.9 million archival records and 14,000 artifacts. This solicitation is a total small business set-aside, with a firm-fixed price contract expected to be awarded by June 30, 2025, and requires interested bidders to conduct a site visit, submit detailed proposals by April 25, 2025, and contact Khalilah Brown at khalilah_brown@fws.gov for further inquiries.

Point(s) of Contact
Brown, Khalilah
(571) 547-3407
(000) 000-0000
khalilah_brown@fws.gov
Files
Title
Posted
Apr 15, 2025, 1:05 PM UTC
The National Fish and Aquatic Conservation Archives (NFACA) seeks to optimize storage capabilities by installing a rail-mounted system for archival-compliant cabinets in its Arden Trandahl Collection Management Facility (CMF). The facility houses over 1.9 million archival records and 14,000 artifacts related to federal fisheries programs, and the project aims to adhere to Department of Interior (DOI) standards for federal collections. The new system will accommodate existing and future Geological Storage Cabinets, allowing for the double-stacking of cabinets while ensuring safe access through aisles created when the units are opened. Additionally, the project requires addressing safety hazards caused by recessed rail tracks lacking grout, which presents tripping risks. Interested bidders must conduct a site visit and include transportation, installation, and debris removal in their proposals, ensuring the system is fully functional upon project completion. A tutorial for staff on operation and maintenance will also be provided during the final inspection, reinforcing the importance of adherence to safety and operational standards in managing the NFACA's growing collection.
Apr 15, 2025, 1:05 PM UTC
Apr 15, 2025, 1:05 PM UTC
The document appears to outline a federal request for proposals (RFP) or grant related to a government initiative. However, the content is largely obscured by corrupted or unreadable data, making it difficult to extract substantial details. The structure does not follow typical RFP formats, as it is cluttered with non-standard characters and fragmented text. Based on the title, it is likely intended to solicit bids or proposals related to a specific government project or service, possibly involving an environmental, construction, or community development project. Key elements typically included in RFPs, such as project objectives, scope of work, application instructions, evaluation criteria, and submission deadlines, cannot be discerned due to the document’s illegibility. Understanding the document's context is crucial; government RFPs and grants are typically aimed at engaging vendors, securing funding for public programs, or enhancing local services. The intention would generally be to provide essential details so potential bidders can make informed decisions about participation. This document needs significant restoration to be usable or comprehensible, underscoring the importance of data integrity in government records.
Apr 15, 2025, 1:05 PM UTC
The document is a Request for Proposal (RFP) issued by the U.S. Fish and Wildlife Service (USFWS) for the installation of high-density mobile archive rolling shelving at the DC Booth Historic National Fish Hatchery in Spearfish, South Dakota. This 100% small business set-aside, firm-fixed price solicitation aims to contract one responsible offeror for the project's completion by June 30, 2025. The RFP outlines specific requirements, including the need for a site visit to gather accurate measurements and the submission of quotes on company letterhead. Key evaluation criteria include technical expertise, installation capabilities, competitive pricing, and lead time for delivery. Offerors must provide detailed breakdowns of costs for both the new shelving and installation of existing cabinets. Questions and proposals are to be submitted via email to the designated contract specialist, Khalilah Brown, by April 25, 2025. The document also discusses compliance with various federal regulations, invoicing instructions, and necessary certifications. Overall, this solicitation reflects the USFWS's commitment to improving infrastructure while supporting small businesses in federal contracting.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Z--GAOA - Browns Park NWR Butler Storage Building Reh
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge in Maybell, Colorado. The project aims to enhance the building's functionality, safety, and energy efficiency, involving significant renovations such as replacing bay doors, updating lighting and ventilation systems, and installing safety features like emergency showers and GFCI outlets. This initiative underscores the government's commitment to maintaining and upgrading federal facilities to meet modern standards. Interested contractors must submit their proposals by May 8, 2025, with a budget range of $250,000 to $500,000, and can direct inquiries to Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349.
Z--SD-LAKE ANDES NWR-REPL QUARTERS FLOORING
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract to demolish and install new flooring at the Lake Andes National Wildlife Refuge in South Dakota. The project involves approximately 1,722 square feet of flooring replacement, requiring contractors to provide all necessary labor, materials, and equipment while adhering to federal contracting laws and safety regulations. This initiative aims to enhance the living conditions of government housing facilities, reflecting the government's commitment to maintaining quality infrastructure for its employees. Interested small businesses must submit their proposals by the specified deadlines, with the project budget estimated between $10,000 and $25,000, and the work scheduled to be completed between June 2 and September 30, 2025. For further inquiries, potential bidders can contact Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
N--MN WINDOM WMD - Install Electric Door Operators
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals from qualified contractors for the installation of wireless push-button electrical door operators and the replacement of existing door hardware at the Windom Wetland Management District Headquarters in Minnesota. The project aims to enhance accessibility in compliance with the Americans with Disabilities Act (ADA) by replacing lever door handles with emergency exit device push bars and ensuring compatibility with the existing security system. The total budget for this renovation is estimated to be less than $25,000, with a site visit scheduled for April 29, 2024, and proposals due by May 9, 2025. Contractors are encouraged to contact Bill Koski at williamkoski@fws.gov for further inquiries, while the performance period for the project is set from June 2, 2025, to August 1, 2025.
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.
C--Land Surveying-Request for A-E Qualifications
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
M--HAFC CAHA BODIE ISLAND Exhibit Plan, Design, Fab
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking proposals for the planning, design, fabrication, and installation of new interpretive exhibits at the Bodie Island Visitor Center within Cape Hatteras National Seashore. The project aims to replace outdated exhibits with approximately 352 square feet of new installations that will include interactive features and conservation-grade display cases, enhancing visitor engagement and educational opportunities. This procurement is set aside for small businesses in the custom architectural woodwork manufacturing industry, with a firm-fixed price contract anticipated. Interested contractors should contact Sheila Spring at SheilaSpring@nps.gov or call 304-535-6239 for further details, with proposals due in accordance with the specified solicitation timeline.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
CO-ROCKY MTN ARSENL NWR-GEOTHERMAL WELL REHABILITA
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for geothermal well rehabilitation services at the Rocky Mountain Arsenal National Wildlife Refuge in Commerce City, Colorado. The primary objective of this procurement is to repair identified leaks in the geothermal heating systems, which includes replacing flange gaskets and insulation, as well as flushing and recharging the system to ensure its operational integrity. This initiative is crucial for maintaining sustainable energy systems within the refuge, which plays a vital role in wildlife conservation efforts. Interested small businesses must submit their quotes by May 2, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further information.
S--CO ROCKY MTN ARSNL NWR BPA for monitoring, inspect
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for the monitoring, inspection, and service of fire alarm systems at the Rocky Mountain Arsenal National Wildlife Refuge in Colorado. The contractor will be responsible for providing 24/7 monitoring, annual inspections compliant with NFPA 25 standards, and general maintenance of fire alarm systems across various refuge locations, ensuring compliance with safety regulations and effective emergency response protocols. This procurement emphasizes the importance of maintaining safety standards in federally protected wildlife areas, with a total funding amount not to exceed $250,000 over a five-year period from June 2, 2025, to June 1, 2030. Interested vendors should contact Caleb Kindsvater at calebkindsvater@fws.gov or 303-236-4334 for further details and must submit their proposals by the specified deadline to be considered.
Region 4 Heavy Equipment Maintenance and Repair BP
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services across Region 4, which includes states such as Alabama, Florida, and Tennessee, as well as U.S. territories like Puerto Rico and the U.S. Virgin Islands. The procurement aims to secure comprehensive repair and maintenance services for various heavy equipment, including trucks and cranes, with specific tasks encompassing diagnostics, fluid services, and parts replacement. This BPA is crucial for ensuring the operational readiness of essential equipment used in wildlife management and conservation efforts, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must submit their proposals, including a signed form 1449 and confirmation of certified mechanics, by the specified deadlines, and can contact Sarah DeLawder at Sarahdelawder@fws.gov or (304) 876-7429 for further information.