BUENOS AIRES NWR AZ HABS and Demo Monitoring
ID: 140FGA24Q0025Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, GAOAFalls Church, VA, 22041, USA

NAICS

Research and Development in the Social Sciences and Humanities (541720)

PSC

SPECIAL STUDIES/ANALYSIS- ARCHEOLOGICAL/PALEONTOLOGICAL (B503)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for HABS Level II documentation and archaeological monitoring services related to the demolition of the Existing Administration Building at the Buenos Aires National Wildlife Refuge (NWR) in Arizona. The project aims to ensure proper documentation and monitoring to mitigate adverse effects on cultural resources during the demolition process, which is scheduled to take place from October 1, 2024, to August 31, 2025. This initiative is significant for preserving historical integrity within a federally designated wildlife refuge, emphasizing the importance of compliance with federal and state regulations. Interested small businesses must submit their quotations by September 18, 2024, and can contact Johnny Luang-Khot at johnny_luang-khot@fws.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for Arch Demo Monitoring, identified by Solicitation No. 140FGA24Q0025 from the Fish and Wildlife Service (FWS). It involves the procurement of HABS (Historic American Buildings Survey) documentation and architectural monitoring services, with an estimated quantity of one unit. The contractor's details, including the name, email, phone number, and SAM.gov UEI, are required for completion, along with a pricing form that presents unit price and total cost fields. The document indicates the focus on historical documentation and oversight during construction or alteration processes, which aligns with federal requirements for managing historic properties. This solicitation is part of a greater effort by the federal government to ensure compliance and careful management of historically significant structures while engaging outside contractors to support these initiatives.
    The U.S. Fish and Wildlife Service requires HABS Level II documentation and archaeological monitoring for the demolition of the Existing Administration Building within the Buenos Aires Ranch Headquarters Historic District at the Buenos Aires National Wildlife Refuge (NWR). The contractor must deliver all necessary services, personnel, and equipment to document the building's historical significance and monitor any ground-disturbing activities during demolition. A work plan is required, detailing methodology, schedule, key personnel qualifications, and a cost estimate for the project phases, including fieldwork and report writing. Historic adverse effects due to the demolition will be mitigated through the specified tasks, which include conducting a thorough pre-field records search and ensuring an archaeological monitor is present during all construction activities. The project area, situated in the Sonoran Desert, has historical significance linked to cattle ranching. Deliverables will include various reports and documentation formatted according to state historic preservation standards, ensuring compliance with federal regulations. The project is scheduled for one year and requires ongoing coordination with the Contracting Officer Representative to ensure adherence to standards and effective progress monitoring.
    The U.S. Fish and Wildlife Service requires HABS Level II documentation for the Existing Administration Building at Buenos Aires National Wildlife Refuge (NWR) in Arizona, along with archaeological monitoring during its demolition. The contractor must provide all necessary resources and submit a detailed work plan that outlines methodology, personnel qualifications, and cost estimates. The project aims to construct a new 5,000 square foot Administration Building outside the historic district while mitigating the adverse effects of demolishing a contributing structure within the Buenos Aires Ranch Headquarters Historic District. The task includes a comprehensive pre-field records search and on-site archaeological monitoring for any significant cultural resources encountered during ground disturbances. Deliverables include documentation adhering to HABS guidelines, a detailed archaeological monitoring report, and various required forms. The contract is expected to last approximately one year, with quality assurance measures in place, and it emphasizes compliance with federal and state regulations. The documentation process and archaeological oversight underscore the project's commitment to preserving historical and cultural resources while facilitating necessary development.
    The U.S. Fish and Wildlife Service is soliciting quotes for archaeological monitoring services at the Buenos Aires National Wildlife Refuge in Arizona, with a performance period from October 1, 2024, to August 31, 2025. The solicitation, numbered 140FGA24Q0025, is designated as a TOTAL SMALL BUSINESS SET ASIDE under FAR regulations, with a NAICS code of 541720 and a small business size standard of $22 million. Interested small businesses must provide detailed documentation demonstrating their capabilities in areas such as Quality Assurance Surveillance Plan development, Historic Property Inventory Report creation, and personnel qualifications. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria. Quotes must be submitted by September 18, 2024, while vendors must be registered in the System for Award Management (SAM) prior to contract award. The document includes various provisions and clauses, including requirements regarding telecommunications equipment and supply chain security. Compliance with applicable labor laws and executive orders is mandatory, reflecting the commitment to equitable contracting practices and environmental standards.
    The document outlines the procedures for submitting requests for proposals (RFPs) and grant applications at the federal, state, and local levels. It emphasizes the importance of adhering to specific guidelines and timelines to ensure compliance with relevant regulations. Key components include eligibility criteria for applicants, the required documentation needed for submission, and the evaluation process used to assess proposals. The document also highlights the funding priorities outlined by the federal government and state agencies, encouraging applicants to align their proposals with these priorities to enhance their chances of receiving funding. Additionally, it includes information on available resources for applicants, such as workshops and support services. Overall, the document serves as a comprehensive guide for organizations seeking federal grants and funding through state and local RFPs, aiming to foster effective collaboration and successful project implementation.
    The document comprises a variety of information related to federal grants and Requests for Proposals (RFPs) at state and local levels. It addresses processes, requirements, and potential funding opportunities aimed at enhancing public projects and initiatives across multiple sectors. Key ideas include specifics on eligibility criteria, proposal submission guidelines, and the evaluation criteria used by government agencies when awarding grants and contracts. The document emphasizes the importance of adhering to regulatory standards and documentation requirements, as well as the necessity of strategic planning and detailed project presentations to secure the financial resources needed for successful project completion. The structured guidance offers clarity for applicants on how to effectively navigate the complexities of government procurement processes, highlighting best practices and common pitfalls to avoid. Overall, the document serves as a comprehensive resource for entities interested in participating in public sector funding opportunities, ensuring they are well-prepared to meet submission expectations and enhance their chances of funding success.
    The document centers on various government RFPs (Requests for Proposals) and grant opportunities pertinent to federal, state, and local entities. It encompasses a range of topics related to funding and project initiatives that seek proposals from organizations capable of delivering specific services or outcomes. Central themes include compliance with federal grant guidelines, eligibility criteria for potential applicants, and the structured process for submission. Additionally, it outlines the expectations for project deliverables, timelines, and reporting requirements post-award. The document emphasizes the importance of adherence to regulations and the provision of comprehensive project plans to ensure success in securing funds. It also includes an overview of evaluation criteria used by government agencies to assess proposals and the significance of aligning project objectives with policy goals. By elucidating these elements, the document serves as a critical resource for organizations aiming to leverage government funding opportunities for developmental projects and community initiatives.
    The document pertains to a Request for Proposal (RFP) from the U.S. Fish and Wildlife Service (FWS) related to Architectural (Arch) Monitoring and Historic American Buildings Survey (HABS) documentation. It outlines pricing components essential for contractors interested in the project, requiring potential contractors to fill in their details, including the estimated quantity and unit price for services. The primary item mentioned consists of HABS documentation and architectural monitoring, with an estimated quantity of one unit. A total cost must be calculated based on the unit price provided by the contractor. This solicitation is part of federal efforts to ensure compliance and proper documentation during architecture-related projects, reflecting a commitment to preservation standards and regulations. The document serves as an essential tool for contractors to present their pricing proposals while adhering to government procurement practices under federal grants, thus ensuring accountability and thorough evaluation during the selection process for potential collaboration on historical documentation projects.
    The document is an amendment (0002) to solicitation number 140FGA24Q0025 issued by the U.S. Fish & Wildlife Service (FWS) for HABS Level II documentation of the Existing Administration Building located within the Buenos Aires Ranch Headquarters Historic District in Arizona. The primary purpose of this amendment is to postpone the due date for quotes from September 6, 2024, to September 18, 2024, at 3:00 PM Mountain Standard Time. Quotes should be submitted electronically to johnny_luang-khot@fws.gov. The period of performance for the project is set to be from October 1, 2024, to August 31, 2025. All other terms and conditions related to the solicitation remain unchanged. The amendment also outlines the requirement for acknowledgment of receipt of the amendment, which is essential for the acceptance of offers. This amendment reflects the FWS's commitment to preserving historical structures while ensuring compliance with federal procurement regulations.
    The document is an amendment (0001) of solicitation number 140FGA24Q0025 issued by the U.S. Fish and Wildlife Service (FWS) for HABS Level II documentation of the Existing Administration Building at the Buenos Aires National Wildlife Refuge in Arizona. The primary purpose of this amendment is to extend the deadline for quote submissions from August 21, 2024, to September 6, 2024, at 3:00 pm Mountain Standard Time. Offerors are reminded to acknowledge receipt of this amendment in their submissions. All other terms and conditions of the original solicitation remain unchanged. The document also confirms the period of performance for the contract will be from October 1, 2024, to August 31, 2025, and specifies that the final deliverable involves architectural monitoring and HABS documentation work. The amendment reflects standard procedural changes related to contracting and procurement under federal regulations, ensuring compliance and clarity in the solicitation process.
    The document outlines a government Request for Quotation (RFP) by the U.S. Fish and Wildlife Service for HABS Level II documentation and archaeological monitoring during the demolition of the Existing Administration Building at the Buenos Aires National Wildlife Refuge in Arizona. The amendment extends the submission deadline to September 18, 2024, while maintaining the period of performance from October 1, 2024, to August 31, 2025. The selected contractor is responsible for providing required expertise, personnel, and supplies to document the building's historical significance and monitor archaeological activities during demolition. The proposal must include a detailed work plan showcasing methodology and personnel qualifications. The final deliverables include reports and documentation adherent to Arizona State Historic Preservation Office standards. Emphasis is placed on compliance, safety protocols, and technical adequacy, addressing the potential impacts on cultural resources. This RFP underscores the government's commitment to preserving historical integrity amidst infrastructural changes while adhering to regulatory requirements and ensuring public safety during construction activities.
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for HABS Level II documentation and archaeological monitoring services related to the demolition of the Existing Administration Building at the Buenos Aires National Wildlife Refuge (NWR) in Arizona. The project period spans from September 1, 2024, to August 31, 2025. This Request for Quotation (RFQ) is designated as a total small business set-aside under federal acquisition regulations. Key responsibilities include the preparation of a Quality Assurance Surveillance Plan, a Historic Property Inventory Report, and on-site archaeological monitoring during demolition activities. Vendors must submit their quotations demonstrating technical acceptability based on defined criteria, with awards going to the lowest priced, technically acceptable offeror. A comprehensive scope of work details the necessary documentation standards, background research, and final reporting requirements while ensuring protection of cultural resources. The contractor is responsible for all logistical arrangements, travel, and must coordinate closely with FWS representatives. Ultimately, this solicitation seeks to combine architectural documentation and cultural preservation, highlighting the project's significance in safeguarding heritage within a federally designated wildlife refuge.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    C--BOSQUE DEL APACHE NWR A&E DESIGN
    Active
    Interior, Department Of The
    The United States Fish and Wildlife Service (USFWS) is seeking qualified architect-engineer firms to provide professional services for the design and preparation of construction plans and specifications for the renovation and modernization of the Headquarters, Visitor Center, and Maintenance Facilities at the Bosque del Apache National Wildlife Refuge in New Mexico. The project, estimated at $16.6 million, aims to consolidate and improve infrastructure through demolition, reconstruction, and renovation, with a focus on achieving LEED Silver certification and incorporating sustainable practices. Interested firms must register with the System for Award Management (SAM) and submit their qualifications using the Standard Form (SF) 330 by September 25, 2024, with the selection process emphasizing professional qualifications, specialized experience, and local knowledge. For further inquiries, potential offerors can contact Ian Young at ianayoung@fws.gov or by phone at 612-713-5214.
    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.
    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.
    P--AK-YUKON FLATS NWR-DEMOLISH BIA SCHOOL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide demolition services for the Bureau of Indian Affairs (BIA) school located at the Yukon Flats National Wildlife Refuge in Beaver, Alaska. The project requires contractors to execute a comprehensive demolition plan, including the removal of structures and compliance with environmental regulations, particularly concerning asbestos disposal and soil contamination assessments. This initiative is crucial for the restoration and management of the wildlife refuge, ensuring that the area is safe and environmentally sound for future use. Interested contractors must submit their quotes by 2:00 PM ADT on September 20, 2024, and are required to be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Anthony Kuntz at anthonykuntz@fws.gov or (571)-547-3403.
    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.
    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.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.
    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.
    C--NV-PAHRANAGAT NWR-DESIGN/BUILD SERVICES
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for Design/Build Services to replace and construct new North and South Wells at the Pahranagat National Wildlife Refuge in Nevada. The project entails drilling, casing, developing, and testing water quality for both wells, as well as installing pumps and necessary utilities to ensure a reliable water supply for the Refuge, which is critical for maintaining its ecological functions. The contract is expected to last approximately 2 years and 4 months, with construction activities primarily scheduled between June to September or October to February, and interested parties should contact Cindy Salazar at CindySalazar@fws.gov or 503-872-2832 for further details. This opportunity is set aside for small businesses under the SBA guidelines, with a NAICS code of 237110 for Water and Sewer Line and Related Structures Construction.
    C--HI MIDWAY ATOLL NWR OWNER'S REP
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for architectural engineering services as an Owner's Representative for the Midway Atoll National Wildlife Refuge in Hawaii. The project aims to enhance or construct protective features for the inner harbor and repair the seawall, emphasizing the federal government's commitment to environmental protection and infrastructure maintenance within wildlife refuges. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on their technical approach, past performance, and capabilities. The detailed solicitation package will be available on SAM.gov on September 18, 2024, and inquiries should be directed to JoAnn Mallory at joannmallory@fws.gov or by phone at 404-679-7274.