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
    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.
    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--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, measuring approximately 54' x 110', with specific engineering requirements for snow and wind loads. This initiative aims to enhance the facility's operational capacity and support fish stocking programs, reflecting the government's commitment to environmental conservation. Interested contractors must submit proposals by September 26, 2024, and are encouraged to attend a site visit on September 9, 2024; inquiries can be directed to Nicole Johnson at nicolecjohnson@fws.gov.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    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.
    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.
    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.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.