56--SB2 LIMESTONE MATERIALS FOR FWS CACHE RIVER NWR
ID: 140FS326Q0016Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Crushed and Broken Limestone Mining and Quarrying (212312)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

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

    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of approximately 700 tons of SB2 limestone materials to be used at the Cache River National Wildlife Refuge (NWR) in Arkansas. The contractor will be responsible for tailgate spreading the limestone across five designated locations, ensuring a consistent application depth of three inches, with specific delivery requirements including a minimum of 100 tons per day during the performance period from January 6 to January 12, 2026. This procurement is a total small business set-aside, emphasizing the importance of locally sourced materials, and requires compliance with various federal regulations. Interested contractors should contact Chantal Bashizi at chantal_bashizi@fws.gov or call 703-358-1854 for further details and must acknowledge the solicitation amendment by the specified deadline to avoid rejection of their offers.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of Interior, FWS Cache River NWR, is seeking a contractor to supply and tailgate spread approximately 700 tons of SB2 limestone at the Cache River National Wildlife Refuge in Prairie, Monroe, and Jackson Counties, Arkansas. The limestone, specified as Kentucky blue/gray, will be spread to a depth of approximately three inches across five designated locations: Bisco Bottoms Road, Nail Tract Road, George Tract Road, Algoa Road, and Bank of Brinkley Road, with 140 tons allocated to each. Delivery trucks must be equipped with tailgate chains for consistent spreading. The period of performance is 90 days from the award date, with a minimum of 100 tons to be delivered daily, Monday through Friday, between 7:30 AM and 4:00 PM. Deliveries are not accepted on weekends, federal holidays, or during wet conditions. The contractor is responsible for all equipment for delivery, spreading, and grading to final specifications, ensuring each location is completed before moving to another. Scale tickets detailing weight, material, and date must be provided for each load.
    The provided document is a map detailing road networks, geographical features, and specific locations within an area that includes the Cache River National Wildlife Refuge. Key features highlighted on the map include various county roads (e.g., County Road 3, 30, 120, 145S), state highways (e.g., Highway 145 S, 384 S, 37 S), and named roads such as Billy Fletcher Rd, John White Rd, Hugh Rogers Rd, and Sam Smith Rd. The map also identifies towns like Johnstown, Remmel, Cache, Blackville, Amagon, Algoa, Balch, and Beedeville. Natural features like the Cache River, Overcup Slough, Cow Lake Ditch, and Stringers Mill Ditch are also depicted. A significant point of interest, "Cache River Aggregate Contract North," is marked, suggesting a project or operational area related to aggregate extraction within the Cache River NWR vicinity. The map indicates an Algoa Road coordinate (35.502609, -91.128400) and includes a scale bar in miles. This document likely serves as a reference for logistical planning, land management, or project execution in the described region, potentially related to infrastructure, resource management, or environmental initiatives given its government file context.
    The document, titled "Cache River Aggregate Contract North," appears to be a map or a component of a larger government file, likely related to federal government RFPs, federal grants, or state and local RFPs. Its primary purpose is to identify specific locations and geographical features within or near the Cache River National Wildlife Refuge (NWR) and Sheffield Nelson Dagmar Wildlife Management Area. The map highlights various bodies of water such as Spring Lake, Horn Lake, Williams Lake, Minnow Ponds, Horseshoe Lake, and Rainbow Lake, along with key roads including Highway 70, Nail Tract Road, George Tract Road, Bank of Brinkley Road, and Biscoe Road. The inclusion of specific coordinates for several roads suggests a need for precise location identification, likely for logistical planning, resource management, or contract-related activities such as material delivery or project site access within the designated Cache River Aggregate Contract North area.
    This amendment to solicitation 140FS326Q0016/0001, dated January 6, 2026, clarifies that locally sourced limestone/SB2 is acceptable, intending to differentiate it from clay gravel or shale material. Offers must acknowledge this amendment via completion of items 8 and 15, on each offer copy, or by separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may result in rejection of the offer. Changes to previously submitted offers must also reference the solicitation and amendment and be received by the opening hour and date. The period of performance is from January 6, 2026, to January 12, 2026. All other terms and conditions remain unchanged.
    This Request for Quotation (RFQ) 140FS326Q0016 is a firm-fixed-price, Small Business set-aside solicitation from the FWS SAT Team 3 for the supply and delivery of approximately 700 tons of SB2 limestone with tailgate spread. The limestone is to be applied at an approximate depth of three inches at the FWS CACHE RIVER NWR, specifically at five listed delivery locations including Biscoe Bottoms Road and Nail Tract Road. The performance period for delivery is from January 6, 2026, to January 12, 2026. Quoters must submit their quotes via email, including their Unique Entity Identifier (UEI) number, a narrative product description, price per ton, and total for 700 tons, with shipping and handling included in the unit price. This RFQ is not an order and does not commit the Government to any costs incurred during quotation preparation.
    This government file outlines instructions for offerors, evaluation criteria, and contract terms for commercial products and services. Key evaluation factors include price, specification compliance, and past performance. The document details numerous FAR clauses incorporated by reference, covering areas such as business ethics, whistleblower protections, anti-trafficking in persons, and various labor standards. It also specifies requirements for electronic invoicing through the U.S. Department of the Treasury's Invoice Processing Platform (IPP) and includes clauses related to options for extending services and contract terms, and the availability of funds. The summary emphasizes compliance with federal regulations and executive orders for contractors and, in some cases, subcontractors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    The delivery of approximately 8000 yds. of ¾ minus
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations for the delivery of approximately 8,000 cubic yards of ¾ minus crushed rock for the Malheur National Wildlife Refuge, located in Oregon. The crushed rock must comply with Oregon state specifications for Harney County gravel roads and is intended for use in maintaining the refuge's infrastructure. The delivery period is set from April 1, 2026, to June 30, 2026, and contractors are required to submit invoices electronically while adhering to various FAR clauses. Interested parties can contact Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387 for further details.
    Rock Purchase and Delivery, Missouri River, Dobson Site - USACE NWK Kansas City District
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking qualified contractors for the purchase and delivery of various types of rock for hardpoints along the Missouri River at specific locations. The procurement includes 2,500 tons of Type 1 Rock for Structure, 2,500 tons of Type 1 Rock for five hardpoints, 350 tons of 6" Minus for an access road, and 250 tons of 1" Clean Rock for a county road, with a minimum delivery rate of 1,000 tons of Type 1 rock per day. This project is crucial for maintaining the integrity of river structures and ensuring safe access routes, emphasizing the importance of timely and efficient delivery. Interested parties must submit their quotes by January 23, 2026, at 12:00 PM CST, and can direct inquiries to Angella Curran at angella.curran@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    OK-WICHITA MTNS RFG-CONCRETE DISPOSAL
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract for concrete demolition debris removal at the Wichita Mountains Wildlife Refuge in Indiahoma, Oklahoma. The project entails the removal of approximately 15,000 tons of concrete debris, including rebar, brick, and cinderblock, with options for an additional 6,000 tons, and requires compliance with federal regulations such as the Buy American Act and Davis-Bacon Wage Rates. This contract is crucial for restoring the site to its natural state and ensuring environmental protection, with a performance period of 180 days from the notice to proceed, and work expected to commence within 5 days. Interested small businesses must contact Shanen Fox at shanenfox@fws.gov or call 503-736-4469 for further details, with the project valued between $250,000 and $500,000.
    Guttenberg Ponds Rock Supply
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide 2,000 tons of riprap materials for delivery to a stockpile location along the Upper Mississippi River, between River Miles 640 and 605, with the delivery period set between March 1, 2026, and May 1, 2026. The contractor will be responsible for all necessary plant, labor, and materials, adhering to specific quality standards and processing methods as outlined in the solicitation documents. This procurement is crucial for maintaining the integrity of river infrastructure and ensuring effective erosion control in the area. Interested small businesses must register in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information, with all proposals to be submitted electronically via the Contract Opportunities website.
    MN Valley NWR Visitor Center - Concrete Floor Prep
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from Women-Owned Small Businesses (WOSB) for a federal contract involving concrete floor preparation, staining, and vinyl cove installation at the Minnesota Valley National Wildlife Refuge Visitor Center in Bloomington, MN. The project requires the contractor to remove adhesive, grind a 1,421 sq. ft. concrete slab, apply a stained design resembling the Minnesota River, and install a 4-inch dark blue vinyl cove, all while ensuring compliance with environmental and safety standards. Interested contractors must submit their proposals, including a completed SF 1449 form and technical narratives, by January 20, 2026, at 2:00 PM Eastern Time, with a site visit scheduled for January 14th at 10 AM Central Time. For further inquiries, contact Dana Arnold at danaarnold@fws.gov or call 703-468-8289.
    1240BE25Q0089_Aggregate Supply_Notice of Intent to Award Single Source
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, intends to award a single-source contract to Knife River, Inc. for the supply of 8,250 tons of Commercial Grade (Reject) Aggregate. This procurement aims to furnish aggregate materials on an as-needed basis from February 1, 2026, to November 30, 2026, with the materials to be loaded into Forest Service dump trucks at the supplier's location in Central Oregon. The aggregate is critical for various construction and maintenance projects within the Deschutes National Forest and surrounding areas, ensuring compliance with specific quality standards, including a requirement for no less than 16% passing the 200 Sieve. Interested vendors must submit their quotations by September 22, 2025, at 2 PM PST, via email to Karen Weaver at karen.weaver@usda.gov, and must have an active registration in the System for Award Management (SAM).
    OR-FWS MALHEUR NWR-UTV
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes from qualified Women-Owned Small Businesses (WOSB) for the procurement of a Utility Terrain Vehicle (UTV) for the Malheur National Wildlife Refuge located in Princeton, Oregon. The UTV must meet specific requirements, including a 999cc engine, 82HP, an 11.5-gallon fuel capacity, and a factory-installed cab system equipped with heating, air conditioning, and defrost capabilities. This vehicle is essential for operational efficiency within the refuge, supporting various wildlife management activities. Quotes are due by January 22, 2026, at 5 PM ET, with delivery required by March 31, 2026. Interested parties can contact Kathryn Coltran at kathryncoltran@fws.gov for further information.
    54--SC-BEARS BLUFF NFH-FIBERGLASS TANKS
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is soliciting quotes for the procurement of three fiberglass aquaculture tanks for the Bears Bluff National Fish Hatchery located in Wadmalaw Island, South Carolina. The tanks must meet specific requirements, including being 10 feet in diameter and 3 feet deep, with features such as sectional fiberglass construction, a recessed sump, and a polished gelcoat finish. These tanks are critical for housing aquatic species, supporting the hatchery's mission to enhance fish populations and ecosystems. Interested small businesses must submit their quotes by January 12, 2026, at 3 PM EST, and can direct inquiries to Merenica Banks at merenicabanks@fws.gov or by phone at 703-358-2072.
    49--NV-AMARGOSA PFISH RCH STA-WTR TRUCK REPA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking a contractor for the repair of a water truck at the Amargosa Pupfish Research Station in Amargosa Valley, Nevada. The project involves comprehensive repairs on a 2009 Freightliner water truck, addressing various mechanical issues such as fault codes, oil leaks, fuel system problems, and more, with a requirement for completion within 30 days of contract award. This procurement is critical for maintaining operational efficiency at the research station, ensuring reliable transportation for water resources. Interested small businesses must submit their quotes by September 18, 2025, at 5 PM ET, and are required to acknowledge receipt of the solicitation amendment by December 16, 2025, to be considered for the contract. For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a 2,000-gallon above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing the existing tank with a new 1,000-gallon tank, reconnecting supply lines, and ensuring compliance with safety standards for emergency generator operations. This procurement is crucial for maintaining the operational integrity of the hatchery while adhering to environmental and safety regulations. Interested contractors should note that the period of performance is from January 20, 2026, to February 20, 2026, with a site visit scheduled for January 14, 2026, and quotes due by January 20, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.