Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
ID: 140FC324B0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 3Falls Church, VA, 22041, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    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 christa_garrigas@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to the amendment of a solicitation under federal government RFP procedures, specifically related to construction and engineering tasks, denoted by solicitation number 140FC324B0001. It outlines requirements for contractors to acknowledge receipt of this amendment, including methods of acknowledgment and the consequences of not complying. The key content includes amendments to various task orders, extending the period of performance to December 31, 2026, and detailing modifications for several tasks. Tasks listed include base bids for ponds, access roads, fill replacements, bird predation systems, and asphalt roads, each with obligated amounts and anticipated exercise dates. The document emphasizes adherence to specified communication protocols for changes related to previously submitted offers and stipulations regarding the contractor’s responsibilities. This amendment illustrates ongoing administrative changes as part of the contract modification process, demonstrating the government’s structured approach to managing contracts in alignment with federal contracting regulations. Overall, the document serves to clarify and extend existing terms of the solicitation while ensuring compliance with formal acknowledgment requirements from contractors.
    This document serves as an amendment to solicitation FC324B0001, issued by the U.S. Fish and Wildlife Service, modifying the requirements and processes for proposal submissions. It outlines the necessity for contractors to acknowledge receipt of the amendment by various means to avoid rejection of their offers. The amendment introduces two new attachments: "Phase 5 100% Design Drawings" and "Phase 5 Structural Calculation Package," while maintaining all other terms and conditions of the solicitation. The period of performance for the contract is specified to run from September 26, 2024, to December 31, 2026. The contract specialist’s contact information is provided for further communication regarding this amendment, ensuring transparency and continued engagement with potential contractors. This document emphasizes procedural adherence in federal contracting while facilitating the provision of additional essential project details necessary for bidders.
    The document serves as an amendment to a federal solicitation (140FC324B0001), primarily focused on the extension of the bid submission deadline. The new deadline is set for September 10, 2024, at 10:00 AM PST. It also outlines procedures for contractors to acknowledge receipt of the amendment and submit changes to previously submitted offers. All other terms and conditions of the initial solicitation remain unchanged. The solicitation pertains to construction and engineering services administered by the U.S. Fish and Wildlife Service (FWS). The period of performance for the contract extends from September 26, 2024, to December 31, 2026. A designated Contract Specialist, Christa Garrigas, is the point of contact. The document emphasizes the importance of timely communication and proper acknowledgment of amendments to ensure compliance with federal procurement regulations. This amendment aligns with the government’s efforts to maintain transparency and encourage participation in contracting opportunities within federal grants and RFPs.
    The document is an amendment to a solicitation regarding a federal contract, primarily aimed at contractors seeking to submit offers. The amendment extends the bid due date to October 23, 2024, by 10:00 am PST, with questions due by September 9, 2024, at the same time. Acknowledgment of the amendment is required, which can be done by various methods including acknowledgment on submission copies or electronic communication. The contract's period of performance is defined from December 10, 2024, to December 31, 2026. The amendment affirms that all other terms and conditions remain unchanged and emphasizes the necessity for timely communication regarding the acknowledgment. This document serves to clarify changes in timeline and procedural requirements for bidders involved in the solicitation, ensuring all parties are aware of the updated expectations and deadlines.
    The document outlines Solicitation No. 140FC324B0001 for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, issued by the U.S. Fish and Wildlife Service, is designated as a small business set-aside under NAICS code 237990, with an estimated construction value between $1 million and $5 million. Bids are due by September 3, 2024, following a pre-bid site visit on August 21, 2024. Key elements include a firm fixed-price contract, a mandatory bonding requirement of either 20% of the bid amount or $3 million, and specific performance timeframes. The document details the structure of the contract, including sections on project specifications, delivery and performance expectations, safety and environmental standards, and contractor responsibilities. Additionally, it references necessary compliance with Davis-Bacon wage rates and the requirement for various documentation, such as certified payrolls and progress reports. The solicitation emphasizes adherence to safety regulations and the preservation of archaeological resources during construction, reflecting government priorities for environmental and occupational safety in federal contracting. This initiative demonstrates the government's ongoing commitment to supporting aquatic habitat restoration and management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Y--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated infrastructure, including an intake structure, pump systems, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam operations. Interested contractors must submit their proposals by September 10, 2024, and are encouraged to attend a pre-bid site visit on August 28, 2024; for further inquiries, they can contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.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.
    Y--OR-DIV OF ENGINEERING-EGG INCUBATION ROOM
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a design-build contract to construct an additional egg incubation room at the Lookingglass National Fish Hatchery. This project aims to enhance the hatchery's egg incubation capacity by 10-15%, thereby improving safety, efficiency, and productivity through the consolidation of equipment and the installation of new structural and mechanical systems. The anticipated contract, classified under NAICS code 238990, will require comprehensive design and construction services, including site development and utility connections. Interested parties, particularly small businesses and service-disabled veteran-owned firms, must submit a five-page response detailing their capabilities by September 16, 2024, to Cindy Salazar at CindySalazar@fws.gov.
    Baskett Slough NWR - Cackler Marsh Wetland Restora
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the Cackler Marsh Fish Passage Project, which involves the procurement of specific piping materials necessary for wetland restoration at Baskett Slough National Wildlife Refuge in Dallas, Oregon. The project requires various sizes of HDPE and PVC pipes, elbows, and saddles, with a focus on engaging small businesses as this opportunity is designated as a total small business set-aside under NAICS code 238120. The selected contractor will be responsible for delivering all materials by October 23, 2024, with quotes due electronically by September 17, 2024. Interested parties can contact Terrence Anderson at terrenceanderson@fws.gov or call 682-294-0280 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.
    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.
    Well Rehabilitation - VA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the rehabilitation of an 8-inch production well at the Harrison Lake National Fish Hatchery in Charles City, Virginia. The project aims to restore the well's flow capacity and water quality, which is crucial for maintaining hatchery operations, as the well was last serviced in 2013. This procurement is significant for ensuring the sustainability of fish populations and the overall effectiveness of the hatchery's operations. Proposals are due by September 18, 2024, with a site visit scheduled for September 4, 2024, and interested parties can contact Christine Beauregard at ChristineBeauregard@fws.gov for further information.
    Formalin for Dworshak NFH
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of formalin to treat adult Chinook salmon and steelhead trout at the Dworshak National Fish Hatchery (DNFH) in Orofino, Idaho. The contract requires the delivery of seven totes, each containing 275 gallons of formalin with specific chemical concentrations, by September 15, 2024, to ensure effective treatment for parasites affecting the fish. This procurement is crucial for maintaining the health of salmonid populations and supports the hatchery's operational needs. Interested small businesses must submit their quotes by September 18, 2024, and can contact Justine Coleman at justinepasiecnik@fws.gov or 413-253-8287 for further information.
    OR FLAP DOT 126(1), Blue Pool Safety and Access Enhancement
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "Blue Pool Safety and Access Enhancement" project located 64 miles east of Springfield, Oregon. This federal contract involves grading, base, and paving work over a length of approximately 0.289 miles, with an estimated budget ranging from $2 to $5 million. The project is crucial for enhancing public safety and infrastructure in the region, emphasizing quality control and environmental standards throughout its execution. Interested small businesses are encouraged to reach out to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520, with a tentative completion date set for Spring/Summer 2025.