MN-MORRIS WMD-HQ BASEMT CARPET REPLACEMT
ID: 140FC225Q0018Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 4:00 PM UTC
Description

The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for a construction contract to replace the basement carpet at its Headquarters Building in Morris, Minnesota. This project, identified as Solicitation No. 140FC225Q0018, requires contractors to provide all necessary materials, labor, and equipment, with a project magnitude estimated between $25,000 and $100,000. The performance period for the contract is scheduled from April 30, 2025, to July 30, 2025, and bidders must attend a site visit on April 10, 2025, to familiarize themselves with the project requirements. Interested contractors should direct inquiries to Christa Garrigas at christa_garrigas@fws.gov, and ensure they acknowledge receipt of any amendments to the solicitation by the specified deadlines.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 8:04 PM UTC
The document outlines the project for replacing the carpet in the basement of the Morris Wetland Management District Headquarters in Morris, MN. It includes specifications and requirements for contractors regarding project mobilization, demolition of existing flooring, installation of new carpet tiles, and related finishes. The contractor is responsible for providing materials, labor, equipment, and ensuring compliance with safety regulations and quality control standards. The project includes coordination with existing site conditions, requiring contractors to verify utilities and inspect the location before bidding. Additionally, there are detailed instructions for payment procedures, project coordination and schedule maintenance, submittal requirements, and specifications for quality assurance. Contractors must follow guidelines for temporary facilities, cleanup, and implementation of safety protocols. Environmental and regulatory compliance is emphasized, including adherence to OSHA and other applicable codes. The project ultimately aims to enhance the functionality and appearance of the facility while ensuring worker safety and operational efficiency throughout the execution of the carpet replacement.
Mar 31, 2025, 8:04 PM UTC
Mar 31, 2025, 8:04 PM UTC
The project titled "Headquarters Building Basement Carpet Replacement" is set to take place at the Morris Wetland Management District on government-owned land. Essential resources, including water, sewer, electricity, and restrooms, will be available for contractor use. There will not be a pre-bid site meeting, nor are any unusual safety concerns or hazardous materials expected. Security coordination is necessary for building access, as dictated by the assistant district manager. The project does not require rights of way, archaeological surveys, local cooperative agreements, government-furnished property, or any permits that have not yet been obtained. Moreover, the work will be conducted away from navigable waterways and airfields, posing no significant unusual aspects to the acquisition that might affect performance or contract format. Overall, the document provides a clear overview of the project requirements and conditions for contractors bidding on the carpet replacement project.
Mar 31, 2025, 8:04 PM UTC
The document outlines various aspects related to federal and state/local Requests for Proposals (RFPs) and grants. It primarily discusses the procedures, requirements, and guidelines for submitting proposals, emphasizing compliance with specific regulations and standards. Key topics include the evaluation criteria for proposals, funding opportunities, and the importance of addressing community needs while fostering innovation and economic growth. Additionally, it highlights the necessity for transparency and accountability throughout the process. The document serves as a resource for potential applicants, providing insights into the strategic priorities of funding agencies and the expectations for project outcomes. Effective stakeholder engagement and collaboration are also emphasized as vital components in the application process, ensuring that proposals align with broader governmental objectives. Overall, the document aims to facilitate access to federal and state resources, enabling successful project implementation and community development.
Mar 31, 2025, 8:04 PM UTC
The document outlines an amendment to Solicitation No. 140FC225Q0018, specifically regarding a site visit for the Headquarters Building Basement Carpet Replacement project. The main purpose of the amendment is to inform potential contractors of the updated site visit date, now scheduled for April 10, 2025, at 11 AM CST, to be held at a specified location. The contractor is required to follow the attached statement of work and the project is classified within a construction magnitude of $25,000 to $100,000. It emphasizes the necessity for bidders to acknowledge receipt of the amendment in their offers and clarifies that any questions regarding the solicitation must be submitted via email by April 10, 2025, at 12:00 EST, with no inquiries accepted during the site visit. The period of performance for the contract is set from April 30, 2025, to July 30, 2025. This document plays a critical role in ensuring transparency and proper communication in federal procurement processes.
Mar 31, 2025, 8:04 PM UTC
This document outlines the solicitation for a construction contract to replace the basement carpet at the Headquarters Building of the U.S. Fish and Wildlife Service in Morris, MN. The solicitation (No. 140FC225Q0018) details the requirements for bidders, including a fixed-price construction contract with a project magnitude between $25,000 and $100,000. The performance period is set from April 30, 2025, to July 30, 2025, with specific deadlines for bid submission and a required site visit on April 9, 2025. Contractors must comply with labor standards, including Davis-Bacon wage rates, and the contract includes clauses related to environmental impact and material sourcing under the Buy American Act. The document emphasizes the need for proper handling of hazardous materials and adherence to environmental regulations, ensuring contractor responsibilities regarding safety and compliance throughout construction. By outlining the procedures, work requirements, and legal obligations, this solicitation represents a transparent process for securing services that align with government standards in construction projects.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the construction of a new headquarters office and maintenance facility at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama, under solicitation number 140FGA25R0004. The project involves providing all necessary materials, labor, and equipment while adhering to federal, state, and local regulations, including the latest building codes. This initiative is crucial for enhancing visitor engagement and operational efficiency at the refuge, which plays a significant role in wildlife conservation and public education. Interested contractors must submit their sealed bids by April 21, 2025, and are encouraged to contact Ian Young at ianayoung@fws.gov or 612-713-5214 for further information.
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.
Carpet Installation for OIS at MIB
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for carpet installation services at the Office of Indian Services located in the Stewart Lee Udall Building, Washington, DC. The project involves replacing flooring across approximately 12,631.93 square feet, requiring contractors to provide all necessary labor, materials, and supervision, with completion expected by May 15, 2025. This opportunity is fully set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 238330, emphasizing the government's commitment to supporting small businesses owned by economically disadvantaged groups. Interested contractors must submit proposals by the specified deadline and can contact Adam Lowery at Adam.Lowery@bia.gov or 571-560-0622 for further information. A site visit is scheduled for April 17, 2025, and adherence to federal labor standards, including wage determinations, is mandatory throughout the contract duration.
WV-OHIO RIVER ISLAND NWR-ROOF SHINGLE REPLACEMENT
Buyer not available
The U.S. Fish and Wildlife Service is soliciting bids for the replacement of roof shingles on the Middle Island Shop building located at the Ohio River Islands National Wildlife Refuge in Williamstown, WV. This project involves the removal and replacement of approximately 6,900 square feet of roofing materials, necessitated by the current asphalt shingles exceeding their 30-year lifespan, to ensure the building's structural integrity and prevent water damage. The contract, valued between $25,000 and $100,000, is a total small business set-aside and emphasizes compliance with federal regulations, including the Davis-Bacon Act and the "Buy American" Act. Interested contractors must submit sealed bids by the specified deadline, with a mandatory site visit required, and the project is scheduled to commence between May 1 and September 15, 2025. For further inquiries, potential bidders can contact Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
S--JANITORIAL SERVICES Noxubee NWR, MS
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for janitorial services at the Noxubee National Wildlife Refuge in Mississippi. The contract requires weekly cleaning of the Visitor Center restrooms and a vault toilet at Bluff Lake Boat Ramp, ensuring high standards of cleanliness and hygiene for public facilities. This procurement is vital for maintaining a safe and welcoming environment for visitors, with a focus on compliance with federal regulations and standards. Interested small business contractors must submit their proposals by April 23, 2025, including a completed SF 1449 form, and are encouraged to attend mandatory site visits on April 10 and April 16, 2025. For further inquiries, contact Stephanie Long at stephanielong@fws.gov or by phone at 404-679-4059.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a potable water supply well, with an estimated construction cost ranging from $1,000,000 to $5,000,000. This initiative is crucial for enhancing the operational integrity of national historic sites while ensuring compliance with safety and environmental standards. Interested small businesses must submit their proposals by April 28, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
WI - UPR MS RIV NATL WILDL AND FISH - Janitorial S
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Upper Mississippi River National Wildlife and Fish Refuge in the La Crosse District. The contract will cover a base year from May 1, 2025, to April 30, 2026, with the potential for four additional option years, contingent upon funding availability. These services are crucial for maintaining cleanliness and hygiene in facilities such as the Visitor Center and office areas, ensuring a welcoming environment for visitors and staff. Interested parties must submit their proposals, including technical capabilities and pricing, by April 16, 2025, with inquiries directed to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and aims to allocate 20% of awards to small businesses. This procurement is critical for maintaining the operational efficiency of the agency's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit a signed form 1449, a statement of capability, and their hourly labor rates, with the contract period set to commence on May 1, 2025, and run through April 30, 2035. For further inquiries, vendors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
Z--Inspection maintenance and repair of garage doors
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for the inspection, maintenance, and repair of heavy-duty motorized rolling garage doors at the Don Edwards San Francisco Bay National Wildlife Refuge maintenance shop in Fremont, CA. The project involves repairing a malfunctioning door, assessing the condition of four additional doors, and conducting necessary maintenance or repairs, all of which must comply with Federal Acquisition Regulation (FAR) guidelines. This contract is crucial for ensuring the safety and effective functionality of the maintenance shop facilities, with a performance period from May 2, 2025, to September 30, 2025. Interested contractors must submit their quotes by April 18, 2025, and can reach out to Chelsea Devivo at chelseadevivo@fws.gov for further inquiries.
MECHANICAL SITE PREPARATION SUPERIOR NF
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking contractors for a mechanical site preparation project located in the Laurentian District of the Superior National Forest in Duluth, Minnesota. The contract involves key tasks such as rock raking over approximately 200 acres and compacting/crushing of fuels on 11 acres, scheduled to take place from June 1 to October 31, 2025. This initiative is part of the federal government's efforts to manage forest ecosystems and promote ecological restoration through mechanical manipulation of the terrain. Interested contractors should contact Debra Derickson at Debra.Derickson@usda.gov for further details, with an estimated total award amount of $11.5 million and compliance with federal labor standards required for bidding.