Y--HI-Hakalau NWR PV System replacement
ID: 140FC325R0005Type: Solicitation
Overview

Buyer

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

NAICS

Solar Electric Power Generation (221114)

PSC

CONSTRUCTION OF EPG FACILITIES - OTHER, INCLUDING TRANSMISSION (Y1MZ)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the replacement of the photovoltaic system at the Hakalau Forest National Wildlife Refuge in Hawaii, under Solicitation No. 140FC325R0005. This federal contract aims to modernize the existing solar power infrastructure, including the replacement of outdated lead-acid batteries with advanced lithium batteries, upgrading inverter technology, and ensuring system redundancy for enhanced reliability. The project underscores the government's commitment to renewable energy initiatives while adhering to strict federal regulations regarding environmental protection and safety. Interested contractors must submit their proposals by March 27, 2025, and can direct inquiries to Shannon Barnhill at shannon_barnhill@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document addresses an amendment to solicitation number 140FC325R0005 concerning the Photovoltaic System Replacement at Hakalau Forest National Wildlife Refuge. It outlines the requirements for contractors to acknowledge receipt of the amendment by specified methods and details the modifications which include upgrading existing solar power systems. The amendment emphasizes the replacement of outdated lead-acid batteries with advanced lithium batteries, improving inverter technology, and increasing system redundancy for enhanced reliability. Additionally, it mentions the need to accommodate future growth in energy load. Several questions posed by contractors during the solicitation process were addressed, although many responses were deferred to a later design phase. Overall, the document reflects an effort to modernize and fortify the solar energy infrastructure at the site while ensuring rigorous adherence to proposal protocols.
    The document pertains to Amendment 0002 of Solicitation 140FC325R0005, which involves a Federal construction contract for a Photovoltaic System Replacement at the Hakalau Forest National Wildlife Refuge in Hawaii. The amendment signifies the transition from Phase I to Phase II of the solicitation process, allowing only previously selected offerors to submit proposals. Key updates include the posting of the Bid Schedule and the Department of Labor Wage Determination. The deadlines are set for questions by March 11, 2025, and proposal submissions by March 27, 2025. The contract scope outlines various components, including the design of the replacement/upgraded PV system, inverter and batteries replacement, and options for annual preventive maintenance. Additionally, the document emphasizes adherence to specified acknowledgment procedures regarding amendments, underlining their importance to avoid rejection of offers. This procurement action illustrates the government’s commitment to renewable energy projects while ensuring compliance with regulations.
    The document outlines a solicitation for the "Hakalau Forest Photovoltaic System Replacement," designated as Solicitation No. 140FC325R0005, issued by the U.S. Fish and Wildlife Service (FWS). This construction project aims to replace the photovoltaic system at the Hakalau Forest National Wildlife Refuge, requiring potential contractors to submit offers according to the specified guidelines. The solicitation details performance requirements, establishing a performance period after the award and providing instructions for submitting sealed bids. The contractor must adhere to various federal regulations, including environmental considerations, work hours, protection of historical data, and compliance with Davis-Bacon wage rates. Special requirements also include using environmentally friendly products and ensuring proper handling of hazardous materials. It emphasizes the importance of preventing environmental damage and maintaining safety through stringent reporting requirements. The solicitation also specifies a two-phase bidding process, with pricing submitted in the second phase by shortlisted offerors. This document reflects government efforts to solicit construction services while ensuring project integrity, safety, and adherence to regulatory standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide Marine Natural Resource Support Services for the Pacific Islands Fish and Wildlife Office, specifically for projects at Wake Atoll. Contractors must possess valid U.S. Coast Guard Captain’s licenses, have prior experience with vessel operations and SCUBA, and be residents of Hawaii, as the services will include operating vessels for scientific diving, conducting inspections for SCUBA tanks, and managing logistics for field operations. This procurement emphasizes environmental conservation and compliance, with a contract performance period from April 1, 2025, to April 1, 2026, and a potential one-year extension. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and interested parties can contact Oscar Orozco at oscarorozco@fws.gov for further information.
    FLAG-SOLAR SYSTEM COMPONENTS
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking quotations for the procurement of solar system components intended for installation at Wupatki National Monument. The primary objective of this Request for Quotations (RFQ) is to secure essential components for solar electric power systems, with a focus on compliance with federal requirements regarding domestic supply origins. This initiative is significant for promoting renewable energy solutions within national parks, thereby enhancing sustainability efforts. Interested vendors must submit their quotations by March 25, 2025, with a delivery deadline set for May 1, 2025. For further inquiries, vendors can contact Donald Tremble at donaldtremble@nps.gov or call 720-450-1198.
    WY-NATIONAL ELK REFUGE-BULK FUEL 5 YEAR BPA SET-UP
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for the supply and delivery of bulk fuel to the National Elk Refuge in Jackson, Wyoming. The procurement requires the delivery of three types of fuel: unleaded fuel with 10% ethanol, clear diesel, and dyed diesel, which will be stored in designated 1,000-gallon tanks at specified locations. This initiative is crucial for ensuring reliable fuel supplies for operational activities at the refuge, with deliveries expected to occur within 48 hours of notice during business hours. Interested suppliers must submit their quotes on company letterhead by March 18, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further information.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    91--CO-NATL BLCK-FTD FERRET-PROPANE 5-YEAR BPA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for propane delivery services at the National Black-footed Ferret Conservation Center, with the contract period running from March 17, 2025, to March 16, 2030. The procurement aims to ensure consistent propane supply for heating facilities that house and care for endangered black-footed ferrets, particularly during colder months, thereby supporting conservation efforts. Interested vendors must demonstrate technical capability, past performance, and compliance with federal regulations, including labor standards and business ownership representations. Proposals are due by March 12, 2025, and should be submitted via email to Dana Arnold at danaarnold@fws.gov, with detailed pricing and company information included.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fredriley@fws.gov or call 413-253-8738.
    Construction of Power Line
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a power line extension project in Topock Marsh, Mohave County, Arizona. This project involves the installation of approximately 10.5 miles of electrical distribution lines, including the installation of around 150 utility power poles, to enhance electrical infrastructure supporting various projects within the Havasu National Wildlife Refuge. The contract is set aside exclusively for small businesses, with an estimated value between $1 million and $5 million, and requires compliance with safety, environmental, and labor regulations, including adherence to the Davis-Bacon Act for wage determinations. Interested contractors must submit their proposals by the specified deadlines, with a site visit scheduled for March 27, 2025, and inquiries due by March 31, 2025. For further information, potential bidders can contact Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Idaho Custom Fish Feeding System Installation
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the installation of a custom-designed automated fish feeding system at the Clearwater Fish Hatchery in Ahsahka, Idaho. This project, designated under solicitation number 140FS125Q0043, is a total small business set-aside and aims to enhance fish propagation by accommodating 1.9 million Chinook salmon and 900,000 Steelhead through modern feeding technology. The installation will require the contractor to ensure proper positioning, power connections, and functionality of the system, adhering to safety regulations due to the proximity to water and live fish. Quotes are due by March 12, 2025, with site visit requests accepted until March 5, 2025; interested parties should contact Chelsea Devivo at chelseadevivo@fws.gov for further information.
    WA LITTLE WHITE SALMON NFH GEN MAINT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for generator maintenance services at the Columbia River Gorge Complex, specifically for three hatcheries: Little White Salmon NFH, Spring Creek NFH, and Willard NFH. The contract, structured as a total small business set-aside, requires vendors to provide routine maintenance and emergency repairs for five generators, ensuring their reliable operation throughout the performance period from April 1, 2025, to April 1, 2026, which includes a one-year base period and four option years. This procurement is vital for maintaining operational efficiency and supporting federal fish conservation efforts. Interested small businesses must submit their proposals by March 19, 2025, and can contact Oscar Orozco at oscarorozco@fws.gov for further information.