ND-GARRISON DAM NFH-REPLACE SHOP DOORS
ID: 140FS224Q0234Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

REPAIR OR ALTERATION OF OTHER WAREHOUSE BUILDINGS (Z2GZ)

Set Aside

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

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of three overhead shop doors at the Garrison Dam National Fish Hatchery in Riverdale, North Dakota. The project aims to procure and install insulated doors equipped with industrial-duty jackshaft operators, ensuring compliance with local, state, and federal regulations. This initiative is crucial for maintaining operational efficiency and safety at the hatchery, which plays a vital role in fish conservation efforts. Interested small businesses must submit their proposals by August 30, 2024, with the work expected to be completed by October 31, 2024. For further inquiries, potential bidders can contact Monica Faulk at Monica_Faulk@fws.gov or by phone at 404-679-4065.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotes (RFP) for the replacement of three overhead doors at the Garrison Dam National Fish Hatchery in Riverdale, ND. The purpose is to procure and install new doors that are insulated and equipped with specific features, including industrial-duty jackshaft operators. Contractors must be licensed in North Dakota and adhere to local, state, and federal regulations. The work is to be completed by October 31, 2024, during standard hours, with provisions for emergencies. The government will provide necessary facilities such as restrooms and utilities. Quality control measures will be evaluated, ensuring that the installation meets the U.S. Fish and Wildlife Service's standards, with a designated project leader overseeing the operation. This project identifies key requirements and responsibilities for contractors, emphasizing quality assurance and compliance within the framework of federal contracting processes.
    The document appears to relate to various federal and state-level government Requests for Proposals (RFPs) and grants, describing the framework and requirements surrounding such initiatives. The primary focus is on the processes and specifications needed for the submission of proposals, encompassing details such as project descriptions, eligibility criteria, funding guidelines, and applicable regulations. It emphasizes the importance of adhering to procedural standards for applicants vying for federal assistance. Key sections likely include background on the funding opportunities, objectives of the RFPs, and the roles involved in project implementation, such as project managers, stakeholders, and contractors. There is an emphasis on the compliance and reporting obligations to ensure accountability and transparency in the use of public funds. Overall, the document serves as a comprehensive guideline for agencies and entities participating in government programs, aiming to facilitate the efficient allocation of resources towards community and infrastructure projects while ensuring strict compliance with legal and ethical standards.
    The document outlines a Request for Quotation (RFQ 140FS224Q0234) for replacing three overhead shop doors at the Garrison Dam National Fish Hatchery in North Dakota. The solicitation emphasizes that it is set aside entirely for small businesses, adhering to the regulations stipulated by the Federal Acquisition Regulation (FAR). The project requires bidders to provide details about their technical capabilities, past experience, and pricing, with emphasis on completing work by the specified deadlines and offering post-award maintenance services. Key personnel contacts are provided, including the contracting officer Monica Faulk and a technical point of contact, Toni Ganje. The effective period for the project is September 16, 2024, to October 31, 2024. Additionally, an attachment specifies the Statement of Work, and a wage determination is referenced to ensure compliance with relevant labor standards. The evaluation criteria focus on best value determinations, considering technical capabilities, compliance with specifications, past performance, and competitive pricing. The document stipulates that offers must be submitted by August 30, 2024, and includes detailed instructions on the proposal submission process, including requirements for electronic invoicing via the Invoice Processing Platform. This RFQ demonstrates government efforts to engage small businesses while ensuring compliance with labor standards and providing transparent procurement processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    N--OK-TISHOMINGO NFH-POND LINERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project involves the removal of existing liners from Ponds 4 and 14, reshaping the pond bottoms, and installing new underdrain systems along with geotextile fabric and geomembrane pond lining, all aimed at enhancing ecological conditions at the hatchery. This procurement is critical for maintaining the operational integrity of the hatchery and supporting wildlife management efforts, with an estimated project cost between $250,000 and $500,000 and a performance timeline of 90 calendar days. Interested contractors must submit sealed bids electronically by 5:00 PM local time on September 25, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further information.
    Z--GAOA - Show Pool Shelters Replacement and Site Res
    Active
    Interior, Department Of The
    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 samanthalague@fws.gov or call 413-253-8349.
    USFWS - Walk In Seed Coolers - Iowa
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the procurement of two walk-in seed coolers to be delivered to the Fergus Falls and Morris Wildlife Management Districts in Minnesota. The requirement includes specific technical specifications regarding dimensions, insulation, and power supply, with an anticipated delivery date of November 30, 2024. This procurement is part of a total small business set-aside initiative, emphasizing the importance of small business participation in government contracting. Interested vendors must submit their quotations by September 21, 2024, to Thomas Ikner at thomasikner@fws.gov, and must be registered as active vendors in the System for Award Management (SAM) to be eligible for award consideration.
    Y--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated infrastructure, including an intake structure, pump systems, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam operations. Interested contractors must submit their proposals by September 10, 2024, and are encouraged to attend a pre-bid site visit on August 28, 2024; for further inquiries, they can contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.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.
    REHAB QUARTERS #28 Electrical - VT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the rehabilitation of electrical systems at Quarters 28, located at the Dwight D. Eisenhower National Fish Hatchery in Vermont. The project aims to upgrade the electrical and mechanical systems of a 1,200 square-foot residence to ensure safe living conditions for staff, including the installation of new electrical wiring, receptacles, and energy-efficient HVAC options. This initiative is critical for maintaining affordable housing for staff while enhancing safety and energy efficiency. Proposals are due by September 19, 2024, with a mandatory site visit scheduled for September 16, 2024. Interested parties can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 for further information.
    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.
    Two Phase Design-Build- Albeni Falls Dam Fish Passage
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers - Seattle District is planning a major construction project at the Albeni Falls Dam in Idaho to enhance fish passage facilities. The upcoming federal contract, anticipated to be awarded in two phases, seeks to design and build an upstream trap and haul facility for the safe passage of sub-adult and adult bull trout. This two-phase design-build project allows firms to showcase their qualifications in the initial phase, with a select few being invited to submit detailed technical and pricing proposals in phase two. The government will favor proposals that offer the best value, considering factors like experience, capabilities, and price. The scope of work for the successful awardee will involve challenging construction activities, including installing complex water intake structures, working with high water flow rates, and coordinating haul operations. The project has a significant magnitude, estimated between $100 million and $250 million, and the contract will be a firm-fixed-price type with economic price adjustments. To participate, firms must register in the System for Award Management (SAM) and fulfill the requirements for an unrestricted full and open competition. The anticipated solicitation release is on or around August 30, 2024, with proposals due on October 1, 2024. For more details and to stay updated, interested parties should closely monitor the official solicitation number W912DW24R0020 on SAM.gov. Contact Charles Idle or Gregory Cook from the U.S. Army Corps of Engineers with any questions.
    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.
    Z--Arroyo Canal Fish Screen and Sack Dam Bypass Proje
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation is seeking potential vendors for the Arroyo Canal Fish Screen and Sack Dam Bypass Project in California, aimed at improving fish passage operations at Sack Dam. This significant construction initiative, categorized under NAICS code 237990, is crucial for the restoration of the spring-run Chinook salmon population in the San Joaquin River, following priorities established in the 2006 Settlement. The project entails extensive construction activities, including dewatering, installation of concrete structures, fish ladders, and habitable facilities, with an estimated budget ranging from $100 million to $200 million. Interested businesses are encouraged to submit their capabilities by September 24, 2024, and should provide detailed company information, qualifications, and bonding capacity. For further inquiries, potential vendors can contact Sydney Johnson at sgjohnson@usbr.gov or call 916-978-5431.