Z--GAOA - Show Pool Shelters Replacement and Site Res
ID: 140FGA24Q0024Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF PARKING FACILITIES (Z2LZ)

Set Aside

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

    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 samantha_lague@fws.gov or call 413-253-8349.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines federal and state/local Requests for Proposals (RFPs) and grants, detailing various government initiatives focused on funding, collaboration, and project implementation. It provides a structure for organizations to submit proposals for funding that align with federal, state, and local priorities, emphasizing accountability, transparency, and community impact. Key sections emphasize eligibility criteria, compliance guidelines, and project objectives aimed at driving innovation and improving services across various sectors, including infrastructure, health, and technology. The aim is to facilitate effective resource allocation by encouraging diverse entities, such as nonprofits and local governments, to participate in funding opportunities. This engagement strategy not only fosters community development but also reinforces the government’s commitment to enhancing public services and infrastructure through collaborative efforts. The document emphasizes adherence to regulatory requirements as a core principle throughout the application process, ensuring that proposals meet established criteria for funding approval and project execution. Overall, this document serves as a comprehensive guide for potential applicants looking to navigate the complex landscape of federal and state/local RFPs and grants, providing a clear pathway for accessing invaluable resources to support various initiatives.
    The United States Department of the Interior is soliciting offers for the replacement of the Show Pool Shelter and subsequent site restoration at the Buenos Aires National Wildlife Refuge, under Solicitation Number 140FGA24Q0024. The project is based in Seney National Wildlife Refuge, Michigan. Interested contractors must comply with specific instructions, including registration in the System for Award Management (SAM) and completion of requisite forms. A crucial element of the solicitation is the stipulation for submissions to be made by September 19, 2024, with questions accepted until September 5, 2024. The contract is fixed-price and will be awarded based on the lowest bid. Notably, a site visit is not scheduled, and all inquiries should be directed to the contracting officer via email. This solicitation reflects the federal government's ongoing initiative to maintain and improve wildlife refuges while inviting competitive bids for public contracts.
    The document details the price schedule for the Show Pool Shelter Replacement and Site Restoration project at the Seney National Wildlife Refuge under RFP number 140FGA24Q0024. It outlines the requirements for bidders, specifying that all costs related to materials, labor, and other expenses must be included in their proposals. The bidding will be awarded to the lowest-priced offeror, and respondents must provide itemized pricing for all components. The two main tasks include the replacement of the Show Pool Shelter and site restoration, each with an estimated quantity of one. The document mandates the completion of the price schedule and emphasizes that incomplete submissions will be disqualified. Additionally, bidders are instructed to break down their proposals by divisions and subdivisions, ensuring clarity in pricing. This solicitation reflects the federal government's standard procurement practices aimed at ensuring transparency, competition, and cost-effectiveness in awarding contracts for public works.
    The document outlines Amendment 1 related to the Seney National Wildlife Refuge Show Pool Shelter Replacement project, identified by Solicitation # 140FGA24Q0024. It addresses inquiries regarding the bidding process, specifically detailing a response to a question about the required Bid Security. The government stipulates that bidders must provide 20% of their bid price as security for this project. The purpose of this amendment and accompanying Q&A is to clarify the terms and requirements for potential bidders, ensuring understanding of financial obligations tied to the solicitation. By establishing clear guidelines, the document supports a transparent bidding process, essential within the federal grant and RFP context.
    This document serves as an amendment to federal solicitation number 140FGA24Q0024, detailing procedures for acknowledging receipt of the amendment by contractors. It emphasizes the importance of timely acknowledgment to avoid the rejection of offers, outlining three acceptable methods for acknowledgment. The amendment incorporates contractor questions and extends the performance period for the contract from October 3, 2024, to April 1, 2025. Additional administrative changes, including updates to accounting data, are implied but not specifically detailed. Furthermore, it mandates that all other terms and conditions remain unchanged despite these adjustments. This amendment reflects standard operating procedures within government contracting and highlights the responsiveness to contractor inquiries, ensuring clarity and continuity in the solicitation process.
    The document is a solicitation for bids (RFP) regarding the replacement of the show pool shelter and site restoration at the Seney National Wildlife Refuge in Michigan. It emphasizes that the project is exclusively available to small businesses and outlines the requirements for labor, materials, and supervision necessary for the work. The performance period spans from October 3, 2024, to April 1, 2025, with proposals due by September 19, 2024. Key instructions include the need for a performance guarantee and adherence to clauses related to labor standards, such as Davis-Bacon wage rates. The document is structured into several sections, including the schedule for submitting quotes, specifications for the project, required contract clauses, and special conditions, such as environmental considerations and compliance with federal regulations. Emphasis is placed on utilizing domestic materials, with clear guidelines for reporting any hazardous materials found on-site. Overall, this solicitation reflects the federal government's initiative to promote small business participation while ensuring regulatory compliance and environmental stewardship throughout the construction process.
    The U.S. Fish and Wildlife Service has initiated a project to replace the Show Pool Shelter and restore the site at the Seney National Wildlife Refuge in Schoolcraft County, Michigan (Project Number: 21-RF-009). The project involves various phases including demolition of the existing shelter, construction of a new facility, and restoration of the surrounding area. Key drawings and plans outline the overall site layout, grading, demolition procedures, and construction details, ensuring compliance with federal, state, and local regulations. The project’s designs emphasize environmentally responsible methods, promoting proper drainage and erosion control. Specific details focus on the replacement shelter, including dimensions, materials, and placement, with an emphasis on accessibility and aesthetic integration with the natural surroundings. Existing elements such as a fireplace will be preserved and restored, showcasing a commitment to maintaining historical features. The comprehensive plans serve to guide contractors in executing the project effectively, prioritizing ecological and structural integrity while enhancing the visitor experience at the refuge.
    The document outlines the requirements for the "Show Pool Shelter Replacement and Site Restoration" project at Seney National Wildlife Refuge in Michigan. It details the scope of work including the demolition of an existing picnic shelter, construction of a new shelter and related site improvements, such as concrete parking areas and trails. The contractor is responsible for project management, quality control, and adherence to safety regulations, as outlined in various sections covering payment procedures, submittals, project coordination, and execution requirements. The successful bidder will receive digital construction documents and is encouraged to inspect the site before bidding. The contract emphasizes compliance with federal and local laws, with a focus on safety, environmental protection, and quality assurance. Completion timelines and payment application processes are specified, ensuring that responsibilities are clear for work completion and coordination with government officials. The project aims to enhance the refuge’s infrastructure while ensuring a seamless process and aligning with government standards for environmental and safety measures.
    Similar Opportunities
    F--Invasive and Woody Vegetation Herbicide Treatment
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a federal contract focused on invasive and woody vegetation herbicide treatment at two wildlife refuges in Michigan. The project involves aerial herbicide treatment across 1,800 acres at Shiawassee National Wildlife Refuge and 18 acres at Detroit River International Wildlife Refuge, utilizing aquatic-approved glyphosate and crop oil to manage vegetation and support habitat restoration efforts. This contract, identified as Request for Proposal (RFP) Number 140F0S24R0022, is set aside for small businesses, with a performance period from September 23, 2024, to September 22, 2025. Interested bidders must submit their quotations by September 17, 2024, at 1:00 PM Central Time, and can contact Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217 for further information.
    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.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    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 tracygamble@fws.gov or call 404-679-4055 for further information.
    Y--NEVADA - NYE COUNTY, NEVADA ASH MEADOWS NWR Design/Build Services
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (USFWS), is seeking qualified contractors for Design/Build Services related to the restoration of the Crystal Springs hydrological system at the Ash Meadows National Wildlife Refuge in Nye County, Nevada. The project involves the decommissioning and removal of three dams, remediation of hazardous materials, and the enhancement of visitor access through improved facilities and trails, all aimed at restoring ecological functions and benefiting diverse wildlife habitats. This initiative is significant for ecological restoration and public engagement within the refuge, with a contract budget exceeding $10 million and a performance period from September 2024 to February 2027. Interested parties should direct inquiries to Ian Young at ianayoung@fws.gov, and proposals will be evaluated under federal design-build procedures, with a notice to proceed anticipated in March 2025.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    F--Abatement Services - MA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for abatement and asbestos removal services at the Parker River National Wildlife Refuge in Newburyport, Massachusetts. The primary objective is to safely remove all asbestos-containing materials from "The Pink House," a 1,512 sq ft structure, with a target completion date of December 31, 2024. This project is crucial for ensuring environmental safety and compliance with federal and state regulations regarding hazardous materials, particularly in protecting public health and wildlife resources. Proposals are due by September 18, 2024, with a site visit scheduled for September 4, 2024. Interested contractors can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 for further information.
    LA-SELA REFUGES-BOGUE CHITTO FENCE
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the installation of approximately 211 feet of chain-link fencing at the Bogue Chitto National Wildlife Refuge in Louisiana. The project entails constructing a five-foot tall fence, including the installation of two double swing gates and one handicap-accessible walkthrough gate, with a performance period from October 1, 2024, to January 31, 2025. This initiative is crucial for maintaining secure areas within the Refuge while ensuring necessary access, thereby supporting the overall mission of wildlife conservation. Interested contractors must comply with specific requirements, including performance and payment bonds, adherence to Davis-Bacon wage rates, and environmental regulations, with proposals due by the specified deadline. For further inquiries, contact Sanford Carson at sanfordcarson@fws.gov.
    Y--WY-JACKSON NFH-SEPTIC SYSTEM
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the construction of a 2000-gallon, 3-stage concrete septic system at the Jackson National Fish Hatchery in Wyoming. The project aims to enhance waste management services for the Volunteer Complex, which includes RV pads and a volunteer bunkhouse, in compliance with federal and local regulations. This initiative is critical for maintaining public health standards and supporting environmental preservation efforts at the hatchery site. Interested contractors must submit their proposals, including all required documentation, by September 19, 2024, at 5:00 PM EDT, and are encouraged to contact John Ferrall at johnferrall@fws.gov 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.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide construction services valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.