Z--WA-LWS NFH-SEPTIC LINE REPAIR QUARTERS
ID: 140FC325R0011Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 3Falls Church, VA, 22041, USA

NAICS

Septic Tank and Related Services (562991)

PSC

REPAIR OR ALTERATION OF FAMILY HOUSING FACILITIES (Z2FA)

Set Aside

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

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the repair of septic lines at Quarters 6 and 7 of the Little White Salmon National Fish Hatchery in Cook, Washington. The project, valued under $25,000, requires contractors to replace damaged septic lines with compliant PVC materials and ensure proper disposal of materials, with work scheduled between August 15 and October 7, 2025. This procurement emphasizes adherence to environmental regulations and labor standards, reflecting the federal commitment to maintaining public service facilities. Interested contractors must submit proposals electronically by July 28, 2025, and can contact Shannon Barnhill at shannon_barnhill@fws.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish & Wildlife Service (USFWS) has issued a Sources Sought Notice regarding the anticipated solicitation for a firm fixed-price construction contract for septic line repair at the Little White Salmon National Fish Hatchery in Cook, WA. This notice is intended for market research to gather information from industry stakeholders and is not a formal request for proposals. The contract work involves locating and exposing a broken septic line, replacing it with new PVC material compliant with current codes, and connecting it to a steel transition leading to the septic tank. Businesses of all sizes and types are invited to respond, with specific requirements for submissions including a Unique Entity Identifier (UEI), business categorization, evidence of past similar projects, and capacity statements. Interested parties must submit their responses via email by June 9, 2025. The project aligns with the federal initiative to enhance regulatory compliance in environmental infrastructure.
    The document is an amendment to a government solicitation concerning the repair of septic lines for Quarters 6 and 7, with a specified period of performance from July 23, 2025, to August 31, 2025. To ensure compliance, contractors must acknowledge receipt of this amendment prior to the deadline through various communication methods, failing which their offers may be rejected. Additionally, a site visit is organized for July 10, 2025, for interested parties to inspect the work site, with contact information for specific contractors provided for coordination. The amendment details procedural requirements for submission, including modifications to existing offers and administrative changes, as per Far 43.103(b). The contracting officer overseeing this amendment is Shannon Barnhill, whose contact information is included. This document serves to communicate essential updates and requirements for contractors involved, emphasizing the importance of adherence to the specified guidelines and timelines.
    The document details an amendment for the solicitation number 140FC325R0011 related to septic line repairs at the Little White Salmon National Fish Hatchery in Cook, WA. The amendment aims to update the Statement of Work, extend the proposal submission deadline to July 28, 2025, and clarify project scope and expectations. Specifically, it outlines the need for repairs to the septic lines at two residences due to issues such as cracked and root-infiltrated clay lines. The contractor is responsible for identifying the broken line, replacing it with compliant PVC material, and ensuring proper bedding and disposal of materials. The work is scheduled to be performed between August 15 and October 7, 2025, with inspections by hatchery personnel. The document emphasizes adherence to regulations and the proper handling of work-related materials and conditions, reflecting standard procedures in federal contracting and project management.
    The document outlines a solicitation for bids (Solicitation No. 140FC325R0011) for septic line repair work at Quarters 6 and 7, issued by the Federal Government's FWS Construction A/E Team. The project, valued under $25,000, requires contractors to begin work within 10 days of receiving a notice to proceed, with completion expected by August 31, 2025. It details mandatory performance and payment bonds and includes a Statement of Work outlining specifications and materials needed for the repairs. Additionally, requirements stipulate the documentation of project progress, compliance with environmental and labor regulations, and a prohibition on using certain covered articles as specified by the Federal Acquisition Supply Chain Security Act. Contractors must submit proposals electronically, following specific guidelines for invoicing through the Treasury’s Invoice Processing Platform. Key clauses are emphasized, including compliance with the Davis-Bacon Act for wage rates and measures for historical and environmental preservation. Additionally, the contractor is responsible for ensuring that hazardous materials encountered during work are reported immediately to the Contracting Officer. This solicitation exemplifies the federal commitment to environmental integrity and labor standards in public service contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    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.
    ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of an above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank on an existing concrete pad, and reconnection of supply lines and equipment for an emergency generator. This upgrade is crucial for maintaining safe and compliant operations at the hatchery, which will continue during the project, necessitating careful coordination with the hatchery's point of contact. Interested contractors should note that the estimated construction cost ranges from $25,000 to $100,000, with a firm-fixed-price contract anticipated to be awarded in July 2025. A site visit is scheduled for January 7, 2026, and all questions must be submitted by January 8, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from various vault toilets, ensuring compliance with environmental and safety regulations, with services required year-round and peak demand from April to October. This procurement is vital for maintaining sanitation at public recreation sites, which include campgrounds and day-use areas, and is set aside for small businesses under the NAICS code 562991. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with a fixed firm price required for all services and a base contract period from January 1, 2026, to December 31, 2026, along with two optional years.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.