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
    OR-WATER RB-WATER RIGHTS IMPROVEMENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the "OR-WATER RB-WATER RIGHTS IMPROVEMENT" project, aimed at enhancing water rights at the Leavenworth National Fish Hatchery. This Request for Quotation (RFQ) seeks small businesses to assist in obtaining necessary water rights permits and implementing improvements to ensure sustainable water use for fish propagation. The project is critical for habitat conservation, as it involves preparing and processing water right change applications while adhering to state and federal environmental regulations. Interested vendors must submit their quotes by September 25, 2024, with a performance period of 15 months post-award, and can direct inquiries to Oscar Orozco at oscarorozco@fws.gov.
    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 structures, including an intake system, pump installations, 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 infrastructure. Interested contractors must submit their proposals by October 17, 2024, with work expected to commence on December 23, 2024, and conclude by October 31, 2027. For further inquiries, 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, 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.
    R--Coleman Modernization Alternatives Scoping Report
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking qualified businesses to conduct an in-depth review and develop a scoping report for the modernization of the Coleman National Fish Hatchery (CNFH). The objective is to evaluate the hatchery's infrastructure and propose viable alternatives that enhance aquaculture production while ensuring environmental sustainability and compliance with regulations, particularly in the context of climate change and watershed management. This initiative is crucial for supporting threatened and endangered salmonid populations in the Battle Creek watershed, as CNFH is the largest fish hatchery in the continental U.S. Interested vendors must submit their responses by October 4, 2024, at 10:00 AM PDT, including business size, contact information, capabilities statements, and relevant documentation to Mouang Phan at mphan@usbr.gov. The project has an estimated funding amount of $19 million and is classified under NAICS Code 541690 for Other Scientific and Technical Consulting Services.
    F--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 primary objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by providing all necessary labor and materials while ensuring compliance with safety regulations. This contract is a total small business set-aside, with quotes due by September 19, 2024, and a performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit their quotes to Oscar Orozco at oscarorozco@fws.gov, adhering to the specified deadlines and requirements outlined in the solicitation documents.
    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.
    Z--Arroyo Canal Fish Screen and Sack Dam Bypass Proje
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation is seeking potential vendors for the Arroyo Canal Fish Screen and Sack Dam Bypass Project in California, aimed at improving fish passage operations at Sack Dam. This significant construction initiative, categorized under NAICS code 237990, is crucial for the restoration of the spring-run Chinook salmon population in the San Joaquin River, following priorities established in the 2006 Settlement. The project entails extensive construction activities, including dewatering, installation of concrete structures, fish ladders, and habitable facilities, with an estimated budget ranging from $100 million to $200 million. Interested businesses are encouraged to submit their capabilities by September 24, 2024, and should provide detailed company information, qualifications, and bonding capacity. For further inquiries, potential vendors can contact Sydney Johnson at sgjohnson@usbr.gov or call 916-978-5431.
    Y--NEVADA - NYE COUNTY, NEVADA ASH MEADOWS NWR Design/Build Services
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (USFWS), is seeking qualified contractors for Design/Build Services related to the restoration of the Crystal Springs hydrological system at the Ash Meadows National Wildlife Refuge in Nye County, Nevada. The project involves the decommissioning and removal of three dams, remediation of hazardous materials, and the enhancement of visitor access through improved facilities and trails, all aimed at restoring ecological functions and benefiting diverse wildlife habitats. This initiative is significant for ecological restoration and public engagement within the refuge, with a contract budget exceeding $10 million and a performance period from September 2024 to February 2027. Interested parties should direct inquiries to Ian Young at ianayoung@fws.gov, and proposals will be evaluated under federal design-build procedures, with a notice to proceed anticipated in March 2025.
    OR FS ERFO 2020(1)-14(1), Walla Walla South – Umatilla Repairs 2020, Phase 1 and WA ERFO FS UMATL614 2020-1(1), Walla Walla North – Umatilla Repairs 2020, Phase 1
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FS ERFO 2020(1)-14(1) and WA ERFO FS UMATL614 2020-1(1) projects, which involve extensive repairs in the Walla Walla South and North Umatilla areas. The scope of work includes excavation, grading, aggregate surfacing, drainage improvements, and stream bank stabilization, aimed at enhancing the resilience and safety of critical infrastructure in the Umatilla National Forest. With an estimated project cost between $5 and $10 million and a tentative completion date set for spring/summer 2027, interested bidders are encouraged to prepare for the solicitation process, which will be formally announced in early 2024. For further inquiries, potential contractors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.