SD - DC BOOTH NFH Rehabilitate Fire Suppression Sy
ID: 140FS225Q0040Type: Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 10, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 10, 2025, 12:00 AM UTC
  3. 3
    Due Jan 21, 2025, 10:00 PM UTC
Description

The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the fire suppression system at the D.C. Booth National Fish Hatchery in Spearfish, South Dakota. This project is critical for ensuring the safety of both occupants and historical items within the facility, particularly following damage caused by extreme cold weather that rendered the existing system nonfunctional. Contractors must be licensed in South Dakota and are expected to repair or replace components to comply with applicable laws, with an emphasis on timely completion to mitigate fire risks. Interested small businesses must submit their proposals, including the Standard Form 1449 and relevant technical documentation, by January 21, 2025, and can direct inquiries to Dana Arnold at dana_arnold@fws.gov or by phone at 703-468-8289.

Point(s) of Contact
Files
Title
Posted
Jan 10, 2025, 4:05 PM UTC
The document outlines the Statement of Work for the rehabilitation of the fire suppression system at the D.C. Booth National Fish Hatchery in Spearfish, South Dakota. The project is critical for protecting both occupants and historical items within the Administration and Archives Building, particularly after extreme cold weather caused the fire suppression system to freeze and become nonfunctional. The contractor must be licensed in South Dakota to handle fire suppression systems and is expected to repair or replace necessary components to ensure compliance with applicable laws. The completion of the work is urgent to mitigate fire risks. The government will provide necessary utilities during the project, and an evaluation of the contractor's work will be conducted by designated representatives from the U.S. Fish and Wildlife Service. The coordination for the project will involve two key personnel within the organization. The need for timely and compliant repairs emphasizes the focus on safety and preservation within federal facilities.
Jan 10, 2025, 4:05 PM UTC
The document outlines a requirement for potential contractors to provide detailed past experience and references as part of a federal procurement process. Each contractor must list up to three relevant past contracts or work experiences that showcase their qualifications in relation to the scope of work needed. For each experience, contractors are required to provide specific details including the type of work, contract number, total contract value, the agency or firm for whom the work was done, contact information, the time frame of the work, and a brief description of duties performed. The submission deadline is specified, with a clear contact point for inquiries. This form is essential for evaluating the capabilities and reliability of bidders, thereby ensuring competent service delivery for federal initiatives.
Jan 10, 2025, 4:05 PM UTC
This document outlines a request for proposals (RFP) for the rehabilitation of the fire suppression system at the DC Booth National Fish Hatchery in South Dakota. The contract aims to secure a firm-fixed-price order awarded to a contractor who meets specific qualifications in technical capabilities, past performance, and competitive pricing. Interested offerors must submit completed forms, including the Standard Form 1449 and necessary technical documentation, to the designated contact by the due date of January 21, 2025. Key provisions emphasize the requirement for small businesses to register in SAM.gov, submit representations and certifications, and comply with federal acquisition regulations. The evaluation criteria prioritize demonstrated technical capabilities aligned with the provided statement of work, past performance records, and price competitiveness. Moreover, the document includes critical compliance requirements surrounding telecommunications equipment, economic disadvantage certifications, and the prohibition against contracting with entities engaged in specific international activities. It underscores the government’s commitment to transparent procurement processes while aiming to engage qualified contractors that support federal contracting initiatives.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
ND-TEWAUKON NWR-REPLACE WATER DIS SYSTEM
Buyer not available
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 ensures reliable access to safe drinking water. Interested small businesses must submit their proposals via email to John Ferrall by April 11, 2025, with a project budget estimated between $100,000 and $250,000, and a completion timeline of 120 calendar days post-notice to proceed.
Y--Roof Replacement - MD
Buyer not available
The U.S. Fish and Wildlife Service is seeking proposals for a roof replacement project at the Blackwater National Wildlife Refuge in Cambridge, MD, specifically targeting small businesses, including Native American-owned companies. The project involves replacing the existing roof with a 24-gauge standing seam metal roof that meets FEMA specifications for hurricane wind zones, ensuring compliance with safety and environmental standards throughout the process. This initiative underscores the government's commitment to resilient infrastructure and support for small businesses in public construction projects, with a budget ranging from $250,000 to $500,000. Proposals are due by April 2, 2025, following a mandatory site visit on March 19, 2025; interested parties can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 for further details.
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 all necessary electrical and piping connections to ensure operational functionality. This initiative is part of the government's commitment to enhancing water infrastructure in national forests, with a contract value estimated between $25,000 and $100,000. Proposals are due by May 5, 2025, with the performance period set 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.
Z--DK SHADEHILL REPLACE LADDERS PLATFORMS ELEC
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the replacement of ladders, platforms, and guardrails at the Shadehill Dam site in South Dakota. This project aims to enhance safety and compliance with relevant standards by disassembling existing access structures and installing new safety devices. The estimated cost for this construction work ranges from $250,000 to $500,000, with a performance period from May 14, 2024, to November 17, 2025. Interested contractors must submit their proposals by April 11, 2025, and can direct inquiries to Mitchell Frost at mfrost@usbr.gov.
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 and energy efficiency while ensuring compliance with modern safety standards, including significant renovations such as updating lighting and ventilation systems, replacing bay doors, and improving drainage. This initiative is crucial for maintaining infrastructure at wildlife refuges, thereby supporting operational efficiency and safety. Interested contractors must submit their proposals by April 10, 2025, with a budget range of $250,000 to $500,000, and are encouraged to contact Samantha LaGue at samanthalague@fws.gov for further inquiries.
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 efforts, including the installation of a new dry-pipe fire suppression system, construction of a new maintenance building, and various utility improvements, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative aims to enhance the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by the specified deadline and can contact Gabriel Castellanos at gabrielcastellanos@nps.gov or 303-969-2118 for further information.
ND GARRISON DAM NFH DRAIN LINE
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the West Unit Drain Line at the Garrison Dam National Fish Hatchery. This project involves the replacement of approximately 25 linear feet of drain line with new PVC piping, requiring contractors to provide all necessary materials, labor, and equipment while adhering to environmental regulations and safety protocols. The work is critical for maintaining the hatchery's water infrastructure and ensuring compliance with health and safety standards. The estimated budget for this firm fixed-price construction project is between $25,000 and $100,000, with a performance period set from April 11, 2025, to May 30, 2025. Interested contractors should contact Jerry Perry at JerryPerry@fws.gov or call 703-358-1782 for further details and to submit their bids.
42--INSTALL FIRE SUPPRESSION SYSTEM, ANJO
Buyer not available
The Department of the Interior, specifically the National Park Service, is preparing to issue a Request for Proposals (RFP) for a firm fixed price construction contract to install a fire suppression system at the Early Home within the Andrew Johnson National Historic Site in Greeneville, TN. This project will require contractors to provide all necessary resources to complete the installation in accordance with the provided Statement of Work and Drawings. The opportunity is set aside exclusively for small businesses under NAICS Code 238220, emphasizing the importance of fire safety equipment in historic preservation. Interested contractors should expect the solicitation to be available on SAM.gov around February 13, 2024, and must ensure they are registered on the System for Award Management. For further inquiries, contractors can contact Marilia Mateo at mariliamateo@nps.gov.
Bearlodge Ranger District Office Furnace Replacement
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the replacement of two furnaces at the Bearlodge Ranger District Office located in Sundance, Wyoming. The project involves the complete removal of outdated propane-fueled furnaces and the installation of new energy-efficient models, ensuring compliance with safety and environmental regulations while maintaining normal government operations during construction. This procurement is set aside for small businesses under the NAICS code 333415, with a performance period scheduled from April 21, 2025, to May 30, 2025. Interested contractors must submit their proposals by 5:00 PM Mountain Time on April 10, 2025, and can direct inquiries to Mark Charpentier at mark.charpentier@usda.gov.
H--Fire Extinguisher Inspection Service
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for Fire Extinguisher Inspection Services at Mount Rushmore National Memorial. The procurement aims to establish a contract for annual inspections, testing, and certification of various fire extinguishers, ensuring compliance with safety standards set by NFPA and OSHA. This initiative is critical for maintaining fire safety and operational readiness at the memorial, which serves as a significant public venue. Interested small businesses must submit their proposals by April 11, 2025, with a total contract ceiling of $45,000 over five ordering periods, and can direct inquiries to Jarrod Brown at jarrodbrown@nps.gov.