HI-Hakalau NWR PV System replacement
ID: 140FC325R0005Type: Solicitation
AwardedMay 28, 2025
$174.8K$174,824
AwardeeSPREE SOLAR SYSTEMS LLC 65-1158 SPENCER RD Kamuela HI 96743 USA
Award #:140FC325P0010
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 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
    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 The amendment emphasizes the replacement of outdated lead-acid batteries with advanced lithium batteries, improving inverter technology, and increasing system redundancy for enhanced reliability.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 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.
    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
    Similar Opportunities
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    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.
    Preventative Maintenance and Repairs for Uninterrupted Power Supply, Generators, and Automatic Transfer Switches
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide preventative maintenance and repair services for Uninterruptible Power Supplies (UPS), generators, and automatic transfer switches at various installations in Hawaii. The procurement aims to ensure uninterrupted power supply through routine maintenance and emergency services, adhering to federal, state, and local regulations, as well as manufacturer recommendations. This contract is crucial for maintaining operational readiness across multiple Army facilities on Oahu and the Big Island, with a detailed inventory of the equipment provided for reference. Interested firms must submit their capability statements to Maria Olipas at maria.d.olipas.civ@army.mil by December 17, 2025, at 10:00 am Hawaii Standard Time, to be considered for this Total Small Business Set-Aside opportunity.
    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.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    W912ER26BA001 P181/P183 Solar Photovoltaic Microgrid
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking experienced construction contractors for the W912ER26BA001 project, which involves the installation of a 1000-kilowatt solar photovoltaic microgrid at Isa Air Base in Bahrain. The project encompasses the construction of solar panels, inverters, battery storage systems, and associated electrical and utility infrastructure, with a focus on creating a renewable energy system that integrates with the base's primary electrical distribution grid. This initiative is crucial for enhancing energy resilience at military installations, particularly in remote locations. Interested prime contractors are encouraged to submit a capabilities package to Ms. Millicent Kaczmarzewski and Mr. Christopher Hunt by providing detailed company information and relevant experience, with the project estimated to cost between $10 million and $25 million and a performance period of approximately 617 days.
    COVERED PARKING ARRAY AT FARMINGDALE AFRC
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), New York District, is soliciting bids for the construction of a Covered Parking Array at the Armed Forces Reserve Center (AFRC) in Farmingdale, New York. The project involves the construction of two tubular steel canopy structures to support photovoltaic solar panels, the installation of an integrated gutter and stormwater drainage system, a prefabricated battery storage building, and four dual-port electric vehicle charging stations. This initiative is part of a broader effort to enhance renewable energy infrastructure and electric vehicle support at military facilities. Interested contractors must submit their bids by January 12, 2026, at 2:00 PM EST, with a bid guarantee required, and the estimated project magnitude is between $5 million and $10 million. For further inquiries, potential bidders can contact Adrian Stafford-Browne or Nicholas P. Emanuel via their respective emails.
    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.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.