36--US Fish and Wildlife - WCS and Precast material
ID: 140F1B24Q0039Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA

NAICS

Structural Steel and Precast Concrete Contractors (238120)

PSC

CLAY AND CONCRETE PRODUCTS INDUSTRIES MACHINERY (3630)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking quotations from qualified small businesses for the procurement of precast concrete materials essential for the Cackler Marsh Wetland Restoration project. The procurement includes specific water control structures, such as inline riser structures and inlet/outlet tail wall structures, with detailed technical specifications and delivery requirements outlined in the solicitation. This initiative is part of a broader effort to restore wetland habitats, ensuring compliance with environmental standards while promoting small business participation in federal contracting. Interested vendors must submit their quotes by 12:00 P.M. EST on September 11, 2024, to Thomas Ikner at thomas_ikner@fws.gov, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) for the procurement and installation of precast concrete water control structures as part of the Cackler Marsh Wetland Restoration project at Baskett Slough National Wildlife Refuge. The structures include inline riser structures and inlet/outlet tail wall structures, specified by exact dimensions and material requirements. A total of six structures, including options for multiple designs, are detailed, focusing on precise technical specifications for construction and installation. The specifications emphasize the use of qualified manufacturers for the precast materials and include guidelines for ensuring watertight integrity during installation, including the use of specific waterstop materials. The document serves to solicit bids from qualified contractors who can deliver the required structures meeting the outlined technical standards and requirements. This RFP reflects a commitment to restoring wetland habitats while adhering to regulatory and environmental standards.
    The document outlines technical specifications and responsibilities related to the design and construction of water control structures, specifically precast concrete inline risers and canal gates. It emphasizes that the engineer is not liable for unauthorized changes to the designs, mandating that all modifications must receive written approval from the preparer. Key details include the necessity for verifying structure elevations in the field after installation, detailed specifications for materials such as leveling gravel and piping, and guidelines for employing particular components, such as Waterman C-10 canal gates. The document is structured with sections that list specifications for multiple water control structures, detailing dimensions, material requirements, and necessary installations. It stresses the critical role of following stipulated designs and manufacturer specifications to ensure structural integrity and functionality. Emphasizing adherence to these specifications reflects a commitment to safety, efficiency, and compliance in public works projects. This document is vital in facilitating federal and state RFP processes, guiding proper execution and quality assurance in government-funded construction projects.
    The document is an amendment to a solicitation for construction and architectural/engineering services related to federal disaster assistance, specifically for the U.S. Fish and Wildlife Service in Falls Church, Virginia. It outlines necessary procedures for acknowledging receipt of this amendment, including the requirement that offers must be modified accordingly without extending the deadline for submission. The amendment includes sections outlining the item numbers, effective dates, and instructions for contractors to comply with. The contracting officer, Thomas Ikner, emphasizes that all terms and conditions remain unchanged except where noted. The completion and return of a specified number of copies are necessary for compliance. This document serves as an official notice of changes to the solicitation process, reinforcing the importance of timely acknowledgment in accordance with federal contracting regulations, ensuring that all parties are informed and compliant prior to the submission deadline.
    The document outlines a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service for the Cackler Marsh Fish Passage Project Water Control Structure, with Solicitation Number 140F1B24Q0039. Issued as a total small business set-aside, it seeks quotations for specific concrete structures and related materials critical for wetland restoration. Delivery of items is required by November 30, 2024, with performance starting on August 22, 2024. Key elements include technical specifications, delivery instructions, and requirements for proving the technical acceptability of products. The RFQ emphasizes the lowest price technically acceptable (LPTA) method for contract award, outlining that all bids must include detailed product descriptions, delivery schedules, and compliance with regulatory provisions. Additionally, it mandates that vendors must be registered with the System for Award Management (SAM) before award decisions and provides forms for contractors to fill out. The document also integrates numerous federal acquisition regulations that will guide the contracting process, ensuring compliance with existing laws and standards. Overall, it reflects the government’s approach to enhance environmental conservation through centralized procurement from small businesses, ensuring accountability and regulatory compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    IA PORT LOUISA NWR CULVRT MAT. RUSH LAKE
    Active
    Interior, Department Of The
    The U.S. Fish & Wildlife Service is soliciting proposals for the construction of precast concrete box culvert structures at the Port Louisa National Wildlife Refuge, specifically for the reconstruction of the Rush Lake Outfall. The project requires the delivery of five-foot by five-foot precast concrete box culverts and associated materials, with a total estimated cost of less than $25,000, emphasizing compliance with quality standards set by the Iowa Department of Transportation. Interested contractors must ensure adherence to safety protocols and environmental compliance, with key deadlines including a site visit on September 11, 2024, and quotes due by September 18, 2024. For further inquiries, potential bidders can contact William Koski at williamkoski@fws.gov.
    56--AR-WAPANOCCA NWR-CULVERTS
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the delivery of four aluminum culverts to the Wapanocca National Wildlife Refuge in Turrell, Arkansas. The procurement requires specific culvert specifications, including a length of 30 feet, a diameter of 48 inches, and a 12-gauge thickness, along with additional components such as connecting bands. This initiative is crucial for maintaining infrastructure within the wildlife refuge, ensuring compliance with environmental standards and operational needs. Interested small businesses must submit their quotations by August 29, 2024, and can direct inquiries to Contracting Specialist Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349. The performance period for the contract is set from September 5, 2024, to July 31, 2025.
    WA-MID-COLUMBIA RIV NWR-FLOWERING RUSH D
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the survey and removal of invasive flowering rush on 10 acres at the Columbia River National Wildlife Refuge, with the potential for additional acreage depending on funding. The objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by employing a contractor to provide all necessary labor, materials, and compliance with safety regulations, culminating in a final report on the effectiveness of the removal efforts. Quotes for this total small business set-aside opportunity are due by September 19, 2024, with the performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit a complete quote, including representations and certifications, to be considered for this project.
    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.
    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.
    WA-SPRING CRK NFH-DE-WATERING & EFFLUENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a federal contract to service and install pumps at the Spring Creek National Fish Hatchery in Washington State. The procurement involves servicing a 30 HP de-watering pump and installing a new 7.5 HP effluent pump, with a focus on ensuring operational efficiency and compliance with federal regulations. This opportunity is particularly significant as it supports the maintenance of vital hatchery services, which are crucial for the management of fishery resources. Interested small businesses must submit their quotes electronically by September 19, 2024, with the contract performance period running from September 23, 2024, to November 30, 2024. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
    CA-SAN LUIS NWR-UTRIA-WADERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of essential equipment for the San Luis National Wildlife Refuge (NWR) in California, specifically targeting the nutriad eradication program. The procurement includes 60 pairs of breathable stockingfoot waders, 46 pairs of rubber sole wading boots, and 60 dry bags, all of which are critical for effective wildlife management in challenging environmental conditions. This opportunity is designated as a total small business set-aside, emphasizing the importance of durability and wearability in the selection criteria, with contract options available for increased supply if necessary. Interested vendors must submit a completed SF-1449 form electronically by September 16, 2024, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, which measure approximately 54' x 110', and must adhere to specific engineering standards, including snow and wind load requirements. This initiative is part of the federal government's commitment to enhancing infrastructure for fish stocking programs and recreational fishing, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    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.
    WETLAND/WATERS OF THE U.S. DELINEATION AND REPORT AT U.S. FISH WILDLIFE REFUGE, UPPER MISSISSIPPI NATIONAL WILDLIFE REFUGE, LA CROSSE DISTRICT COUNTIES, WISCONSIN AND TOWN OF SHELBY, WI
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors to perform wetland and waters delineation services at the Upper Mississippi National Wildlife Refuge in La Crosse County, Wisconsin. The project aims to delineate wetlands and waters in relation to a proposed new access road and parking area, adhering to specific ecological regulations and standards set by state and federal agencies. This initiative is crucial for ensuring compliance with environmental assessments necessary for infrastructure development. Interested firms must submit their quotations by September 18, 2024, and are encouraged to contact Regina P. McDonald at Regina.McDonald@dot.gov or 703-404-6268 for further details.