CO-ROCKY MTN NWR-REHAB VC GEOTHERMAL SYS
ID: 140FC224Q0062Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

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 proposals for the rehabilitation of the geothermal system at the Rocky Mountain Arsenal National Wildlife Refuge in Colorado. The project involves the full replacement of the geothermal heat pump system, including pressure testing and repairing leaks in 25 geothermal wells, with a performance period scheduled from April 1, 2025, to September 30, 2025. This initiative is crucial for maintaining the infrastructure of the Visitor Center while ensuring compliance with environmental regulations and safety protocols. Interested contractors should contact Sanford Carson at sanford_carson@fws.gov for further details, and must adhere to the requirements outlined in the RFP, including past performance documentation and compliance with the Davis-Bacon Act wage rates.

    Point(s) of Contact
    Files
    Title
    Posted
    This document contains the General Decision Number CO20240015 for construction projects in Adams County, Colorado, effective July 5, 2024. It outlines wage rates required under the Davis-Bacon Act, specifying minimum pay rates based on the contract date and relevant Executive Orders for federal contractors. For contracts signed after January 30, 2022, workers must be paid at least $17.20 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum is $12.90 per hour. The document details various construction classifications and associated wage rates, including carpenters, electricians, and plumbers, along with required fringe benefits. It delineates the appeals process for wage determination matters, encouraging affected parties to seek reconsideration through the U.S. Department of Labor. This wage determination is crucial for ensuring fair compensation in government-backed construction projects, reflecting compliance with federal regulations and local labor standards.
    The document pertains to a digital signature by Edward Dunn, indicating an official act or authorization dated June 25, 2024. The precise context of this signature is not provided in the content, but it likely relates to a government matter involving Requests for Proposals (RFPs) or grants given the reference to federal and state/local RFPs prevalent in government documentation. The presence of a digital signature suggests compliance with modernization efforts to streamline government operations, ensuring authentication and traceability in the approval processes often associated with federal grants or requests. The lack of additional details may imply that the signature is part of a broader contract or agreement. Thus, the main topic centers around the formal endorsement by Edward Dunn related to government proposals or funding mechanisms, highlighting adherence to digital protocols in government documentation.
    The document outlines requirements for bidders responding to a federal solicitation, specifically focusing on past experience and references. It mandates that all quoters provide detailed information on relevant contracts or work experiences reflecting similar size and complexity to the requested services. Bidders must include a comprehensive record of their past performances, including contract types, total value, agency details where work was performed, and the appropriate contact information for verification. The section aims to ensure that only qualified bidders with proven capabilities in executing similar projects will be considered. Overall, this attachment serves as a critical component of the RFP process, enabling agencies to assess the suitability and reliability of bidders based on their historical performance and qualifications.
    The document outlines the specifications for the Visitor Center Geothermal Repair project at the Rocky Mountain Arsenal National Wildlife Refuge in Colorado. It details the project scope, including the full replacement of the geothermal heat pump system due to leaks and maintenance issues. Specific sections cover project management, coordination with government officials, work restrictions, environmental protection, and safety procedures. Key aspects include coordination with local utilities, compliance with applicable codes and regulations, and the necessity for the contractor to obtain all necessary permits and licenses. The document emphasizes the importance of maintaining safety protocols, environmental protection measures, and coordination with existing government operations during the construction phase. Detailed administrative requirements for payment procedures, project management, progress documentation, and submittal processes are also specified. This project exemplifies the government’s commitment to maintaining infrastructure while adhering to regulatory standards and ensuring environmental preservation. Hence, the document serves as a comprehensive guide for contractors tasked with executing the geothermal repair while meeting the outlined quality standards and safety requirements.
    The document outlines a federal Request for Proposal (RFP) for a construction contract focused on rehabilitating the geothermal system at the Rocky Mountain Arsenal National Wildlife Refuge. The contractor is required to pressure test and repair leaks in 25 geothermal wells, providing all necessary materials and equipment for this work. The contract’s performance period is set from April 1, 2025, to September 30, 2025, with required notifications for delays and environmental considerations clearly articulated. Key details include requirements for performance and payment bonds, the obligation to follow environmental regulations, and adherence to Green Procurement standards by utilizing products identified in federal guidelines. The document specifies communication protocols, the need for progress reporting, and various clauses governing safety, quality, and compliance for labor standards, including the Davis-Bacon Act. The RFP aims for full transparency and encourages competitive bidding by defining terms, conditions, and requirements, ensuring that any contractors participating meet federal contracting obligations. The complete proposal submission includes technical details, pricing schedules, and certifications necessary for ensuring governmental and environmental compliance throughout the project duration.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CA/NV FHC-LAB BUILDING DUCTLESS MINI SPL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors for the installation of a ductless mini-split HVAC system at the CA-NV Fish Health Center in Anderson, California. This procurement is a total small business set-aside and involves replacing an outdated HVAC system with a new setup that includes a 45,000 BTU heat pump outdoor unit and multiple indoor ceiling cassettes, along with necessary electrical connections and HERS certification. The project emphasizes energy efficiency and aims to enhance facility operations, with contractors required to submit competitive quotes by September 19, 2024, following a site visit on September 17, 2024. Interested parties can reach out to Tanner Frank at tannerfrank@fws.gov for further inquiries.
    C--NV-PAHRANAGAT NWR-DESIGN/BUILD SERVICES
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for Design/Build Services to replace and construct new North and South Wells at the Pahranagat National Wildlife Refuge in Nevada. The project entails drilling, casing, developing, and testing water quality for both wells, as well as installing pumps and necessary utilities to ensure a reliable water supply for the Refuge, which is critical for maintaining its ecological functions. The contract is expected to last approximately 2 years and 4 months, with construction activities primarily scheduled between June to September or October to February, and interested parties should contact Cindy Salazar at CindySalazar@fws.gov or 503-872-2832 for further details. This opportunity is set aside for small businesses under the SBA guidelines, with a NAICS code of 237110 for Water and Sewer Line and Related Structures Construction.
    Y--NEVADA - NYE COUNTY, NEVADA ASH MEADOWS NWR Design/Build Services
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (USFWS), is seeking qualified contractors for Design/Build Services related to the restoration of the Crystal Springs hydrological system at the Ash Meadows National Wildlife Refuge in Nye County, Nevada. The project involves the decommissioning and removal of three dams, remediation of hazardous materials, and the enhancement of visitor access through improved facilities and trails, all aimed at restoring ecological functions and benefiting diverse wildlife habitats. This initiative is significant for ecological restoration and public engagement within the refuge, with a contract budget exceeding $10 million and a performance period from September 2024 to February 2027. Interested parties should direct inquiries to Ian Young at ianayoung@fws.gov, and proposals will be evaluated under federal design-build procedures, with a notice to proceed anticipated in March 2025.
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated contract value between $10 million and $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by October 11, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    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.
    Geothermal Generation - Slim Well, F. E. Warren AFB, Wyoming
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the Geothermal Generation Project at F. E. Warren Air Force Base in Wyoming. This initiative aims to explore and characterize geothermal resources by drilling a well to a maximum depth of 14,000 feet, focusing on the Hartville Formation and its underlying geological structures. The project is significant for assessing the potential productivity of geothermal energy, which aligns with broader sustainability and energy efficiency goals. Interested contractors can reach out to Scott Dwyer at Scott.Dwyer@usace.army.mil or by phone at 402-995-2584 for further details.
    C--BOSQUE DEL APACHE NWR A&E DESIGN
    Active
    Interior, Department Of The
    The United States Fish and Wildlife Service (USFWS) is seeking qualified architect-engineer firms to provide professional services for the design and preparation of construction plans and specifications for the renovation and modernization of the Headquarters, Visitor Center, and Maintenance Facilities at the Bosque del Apache National Wildlife Refuge in New Mexico. The project, funded through the Great American Outdoors Act, aims to consolidate and improve infrastructure with a total budget of approximately $16.6 million, emphasizing sustainable practices, energy efficiency, and compliance with environmental regulations. Interested firms must demonstrate relevant experience and qualifications, with proposals due by September 25, 2024, and design completion expected by June 2025. For further inquiries, contact Ian Young at ianayoung@fws.gov or call 612-713-5214.
    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.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    Nation Renewable Energy Lab, RFP-2024-24045, Exterior Insulation and Finish Systems (EIFS) Repair
    Active
    Energy, Department Of
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking proposals for the repair and restoration of Exterior Insulation and Finish Systems (EIFS) at its facilities in Golden, Colorado, under Request for Proposals (RFP) RFP-2024-24045. The selected subcontractor will be responsible for providing all necessary personnel, materials, and services to ensure timely and professional EIFS repairs, adhering to specified guidelines and manufacturer recommendations. This procurement is a total small business set-aside, emphasizing compliance with federal regulations and safety standards, with proposals due by October 11, 2024. Interested parties must submit a Notice of Intent to Propose by September 20, 2024, and can contact Steve Cummock at steve.cummock@nrel.gov or 303-275-2958 for further information.