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
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Mar 27, 2025, 10:00 PM UTC
Description

The U.S. Fish and Wildlife Service (FWS) is seeking contractors for the replacement of the photovoltaic (PV) system at the Hakalau Forest National Wildlife Refuge in Hawaii, under Solicitation No. 140FC325R0005. The project aims to modernize the existing solar power infrastructure by upgrading components such as inverters and batteries, transitioning from lead-acid to lithium batteries, and enhancing system reliability and energy load capacity. This initiative reflects the government's commitment to renewable energy and sustainability, with a focus on adhering to federal regulations and environmental considerations throughout the construction process. Interested contractors should direct inquiries to Shannon Barnhill at shannon_barnhill@fws.gov, with proposal submissions due by March 27, 2025.

Point(s) of Contact
Files
Title
Posted
Mar 20, 2025, 6:06 PM UTC
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 The amendment emphasizes the replacement of outdated lead-acid batteries with advanced lithium batteries, improving inverter technology, and increasing system redundancy for enhanced reliability.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.
Mar 20, 2025, 6:06 PM UTC
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.
Mar 20, 2025, 6:06 PM UTC
The document is an amendment (0003) to solicitation FC3 140FC325R0005 regarding the Photovoltaic System Replacement at Hakalau Forest National Wildlife Refuge. The primary purpose is to address questions received from contractors, provide additional details via drawings, and confirm no changes to existing terms and conditions. Key information includes specifications of the current solar system components, such as inverters and batteries, alongside technical details about the site, like roof dimensions and available internet access. The document also clarifies warranty terms, daily energy consumption estimates, and the absence of local permitting requirements. This amendment illustrates the federal government's ongoing efforts to improve infrastructure and sustainability initiatives while maintaining transparency in the procurement process.
Mar 20, 2025, 6:06 PM UTC
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
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
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.
Y--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 approximately 10.5 miles of power line, specifically the installation of around 150 utility power poles in Topock Marsh, Mohave County, Arizona. This project is a total small business set-aside under NAICS Code 237130, with an estimated construction cost ranging from $1 million to $5 million, and aims to enhance electrical infrastructure to support various projects within the Havasu National Wildlife Refuge. Proposals must be submitted by May 2, 2025, at 2:00 PM Pacific Time, with a site visit scheduled for March 27, 2025, and all inquiries due by March 31, 2025. Interested contractors can contact Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368 for further details.
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.
HVAC and Remediation Services - LA
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors to provide HVAC and remediation services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The project entails the installation of a new HVAC system, ductwork replacement, and comprehensive mold remediation, all in compliance with federal and state regulations. This initiative is crucial for maintaining healthy facilities and mitigating risks associated with HVAC failures and mold growth. Proposals are due by May 8, 2025, with a project budget estimated between $100,000 and $250,000, and interested parties should contact Christine Beauregard at ChristineBeauregard@fws.gov for further details.
FY25 PNW FIA Southeast Alaska On Grid Plots
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking contractors for the "FY25 PNW FIA Southeast Alaska On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in Southeast Alaska. The project aims to enhance ecological assessments by providing accurate data on forest conditions, which is crucial for effective environmental monitoring and management in the region. Contractors will be responsible for all labor, equipment, and transportation, with some government-provided tools, and must adhere to strict quality assurance protocols outlined in the associated documents. Proposals are due by April 25, 2025, and inquiries can be directed to Anthony O Salas at anthony.salas@usda.gov.
Z--CO-BROWNS PARK NWR-QUARTERS 2/3 HVAC
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking a licensed contractor for the installation of HVAC systems at Browns Park National Wildlife Refuge Quarters 2 and 3 in Maybell, Colorado. The project requires the contractor to provide all necessary labor, materials, and equipment for the installation of two mini-split HVAC units, including outdoor heat pumps and indoor wall units, along with comprehensive testing and training for government staff. This initiative is crucial for ensuring efficient climate control in government housing, reflecting the commitment to maintaining operational standards and environmental compliance. Interested contractors must acknowledge the amendment to the solicitation, with the new submission deadline set for May 21, 2025, and the performance period scheduled from June 1 to July 31, 2025. For further inquiries, contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
Mobile / Portable PV BESS Unit
Buyer not available
The Federal Aviation Administration (FAA) is conducting a Market Survey to identify potential vendors for a Mobile/Portable Photovoltaic Battery Energy Storage System (BESS) Unit. The FAA seeks a portable microgrid solution that integrates a photovoltaic generation system with a backup power system, designed for deployment in remote areas with rugged terrain and limited space. This system is critical for ensuring immediate backup power for connected loads and must include specific features such as a PV array with a capacity of 15 kW to 50 kW, a BESS with a capacity of 250 kWh to 350 kWh, and various output configurations. Interested vendors are invited to submit their capability statements by May 12, 2025, to Stefanie Wiles at stefanie.wiles@faa.gov and Sheryl Gregory at Sheryl.Y.Gregory@faa.gov, with responses limited to ten pages and including essential company information.
AK-RES AGNT IN CHRG-Pipe, Drywall, and Outside Gra
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a construction contract to repair pipes, drywall, and perform outside grading at a site in Fairbanks, Alaska. The project, estimated to cost between $25,000 and $100,000, requires contractors to submit sealed bids by May 12, 2025, with work expected to commence by May 19, 2025, and be completed by June 30, 2025. This initiative is crucial for maintaining government infrastructure and ensuring the safety and efficacy of public works projects. Interested contractors should direct inquiries to Jessica Tines at jessicatines@fws.gov for further details.
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.