CA-COLEMAN NFH-CANAL CLEANING
ID: 140FS125Q0064Type: Solicitation
AwardedApr 16, 2025
$11.3K$11,255
AwardeeAXNER EXCAVATING, INC. 2900 OLD OREGON TRL Redding CA 96003 USA
Award #:140FS125P0100
Overview

Buyer

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

NAICS

Port and Harbor Operations (488310)

PSC

MAINTENANCE OF CANALS (Z1KB)

Set Aside

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

    The U.S. Department of the Interior, through the Fish and Wildlife Service, is soliciting offers for the cleaning of a supply canal at the Coleman National Fish Hatchery in California. The project involves the removal of accumulated silt and sand from a 0.7-mile long canal, requiring specialized equipment such as an excavator with a long boom, and is scheduled for execution between May 19 and May 30, 2025. This procurement is crucial for maintaining environmental standards and operational efficiency at the hatchery, ensuring the health of aquatic ecosystems. Interested contractors must submit their offers by April 11, 2025, and are required to acknowledge receipt of all amendments, with compliance to federal regulations and labor standards being essential. For further inquiries, contact Roger Lockhart at roger_lockhart@fws.gov or call 404-679-7124.

    Point(s) of Contact
    Lockhart, Roger
    (404) 679-7124
    (404) 679-4057
    roger_lockhart@fws.gov
    Files
    Title
    Posted
    The document outlines the necessary compliance requirements for contractors engaging in federal acquisitions of commercial products and services. It lists specific Federal Acquisition Regulation (FAR) clauses that the contractor must adhere to, aimed at enforcing laws and executive orders. Key provisions include prohibitions on confidentiality agreements, contracting with certain entities, and requirements related to small business participation, such as utilizing HUBZone concerns and submitting subcontracting plans. Moreover, clauses concerning labor standards, equal opportunity, and combating trafficking are emphasized to protect labor rights. The contractor is also responsible for maintaining records that could be reviewed by the Comptroller General, ensuring transparency and accountability. Importantly, while some FAR clauses must flow down to subcontracts, others do not require this unless specified. Overall, the document serves as a guide for contractors to ensure compliance with legal and ethical standards while performing government contracts, thereby facilitating fair and equitable business practices.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifying required minimum wage rates and benefits for contractors working in California, particularly in Shasta County. It highlights that contracts executed after January 30, 2022, must adhere to Executive Order 14026, which mandates a minimum wage of at least $17.75 per hour for covered workers in 2025, while contracts awarded between 2015 and January 29, 2022, must comply with Executive Order 13658, requiring at least $13.30 per hour. The document includes extensive tables of wage rates for diverse job classifications ranging from administrative support to health occupations, noting fringe benefits and general service requirements such as paid holidays and sick leave. Workers classified with footnotes may earn higher rates based on defined criteria. The conformance process for unlisted job classifications is also described, emphasizing the need for appropriate wage alignments approved by the Department of Labor. This document serves as a critical resource for contractors bidding on federal contracts, ensuring compliance with wage and benefit regulations crucial for labor standards in government contracts.
    The document outlines the requirements for offerors responding to Solicitation No. 140FS125Q0064. It emphasizes the importance of past experience and references in the bid evaluation process. Offerors must detail relevant contracts reflecting similar size and complexity to the work outlined in the Statement of Work, including duties that align with the required services. Each experience entry requires information such as contract type, value, agency, contact details, time frame, and a brief description of duties performed. Offerors are instructed to submit the completed information to Roger Lockhart at MONTECH, Inc. by the specified due date via email. The structure consists of multiple sections formatted for detailing up to three past experiences, ensuring comprehensive information submission for consideration in the solicitation process, thus facilitating thorough evaluation based on proven performance.
    This document serves as Amendment 0001 to the solicitation identified as 140FS125Q0064, which pertains to contract modifications and acknowledges updates to solicitation terms. The amendment specifies that offers must acknowledge receipt of this amendment through various accepted methods before the specified deadline, failure of which may lead to rejection. Additionally, the amendment informs that the terms under Amendment 0001 are focused on updating the Federal Acquisition Regulation (FAR) clause 52.212-5, which includes a notice regarding the System for Award Management (SAM) updates that may not align with current agency solicitations. These modifications do not extend the offer submission deadline and confirm the contract's performance period from May 19, 2025, to May 30, 2025. The document is directed to contractors and outlines essential procedures for compliance concerning representations and certifications, emphasizing the integrity of offer submissions amid regulatory updates. Overall, the amendment is significant for maintaining operational clarity and ensuring all parties comply with necessary provisions related to federal procurement processes.
    The document is an amendment (0002) to a solicitation identified by the number 140FS125Q0064, issued by the U.S. Fish and Wildlife Service. This amendment informs contractors of the requirement to acknowledge receipt by either providing copies of the amendment, referencing the solicitation in correspondence, or through electronic communication, with strict adherence to submission deadlines to avoid rejection of offers. The amendment adds an essential document, "Attachment 3: Past Experience and References Form," which must be completed and submitted alongside quotes. It does not extend the deadline for offer submissions or make any further changes to the solicitation terms. The performance period for the associated contract is designated from May 19, 2025, to May 30, 2025. The amendment is officially signed by Joshua Stuart, the contracting officer, indicating the continuation of all previously stated terms except for those specifically modified by this amendment.
    Amendment 0003 of solicitation 140FS125Q0064 modifies the submission timeline for offers, extending the deadline to April 11, 2025, at 15:00 ED. The document requires offers to acknowledge receipt of the amendment through various methods to avoid rejection. It specifies that any changes to previously submitted offers must be communicated via a letter or electronic message referencing the amendment. The contract modifications primarily pertain to administrative changes, with no additional changes introduced by this amendment. The period of performance for the related contract is set between May 19, 2025, and May 30, 2025. This amendment emphasizes adherence to federal regulations regarding submission protocols and timelines in the context of government procurement processes.
    The document outlines a Request for Quotations (RFQ) by the U.S. Department of the Interior's Fish and Wildlife Service for the cleaning of a supply canal at the Coleman National Fish Hatchery in California. The RFQ indicates the need for a contractor to remove accumulated silt and sand from a 0.7-mile long canal, requiring specific equipment including an excavator with a long boom. The project is scheduled to be performed between May 19 and May 30, 2025, with particular attention to dewatering prior to the job. The contractor is responsible for all materials, supplies, transportation, and necessary supervision, while the hatchery provides dump truck drivers for material removal. Additionally, the RFQ emphasizes that the award will be made based on the lowest price technically acceptable quote and mandates that all participants must be registered in the System for Award Management (SAM). The document also includes guidelines for submitting quotes, the importance of compliance with federal regulations, and specific clauses that contractors must acknowledge regarding labor standards, environmental considerations, and ethical practices. Overall, this RFQ highlights the government's commitment to environmental maintenance and compliance within federal contracting processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    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 an above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank on an existing concrete pad, and reconnection of supply lines and equipment for an emergency generator. This upgrade is crucial for maintaining safe and compliant operations at the hatchery, which will continue during the project, necessitating careful coordination with the hatchery's point of contact. Interested contractors should note that the estimated construction cost ranges from $25,000 to $100,000, with a firm-fixed-price contract anticipated to be awarded in July 2025. A site visit is scheduled for January 7, 2026, and all questions must be submitted by January 8, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    Rotary Screw Trap
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.