56--VA CHINCOTEAGUE NWR ASHPALT MATERIALS
ID: DOIFFBO250040Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, OVER SAT G/SFalls Church, VA, 22041, USA

NAICS

Asphalt Paving Mixture and Block Manufacturing (324121)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)
Timeline
    Description

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for the delivery of asphalt materials to the Chincoteague National Wildlife Refuge (NWR). The procurement includes various asphalt paving and construction materials, such as asphalt tack coat, base and top course materials, polyethylene and concrete pipes, geotextile fabric, aggregate, fill materials, and concrete, all adhering to Virginia Department of Transportation and ASTM standards. This project is crucial for supporting ongoing construction activities at the refuge, reflecting the government's commitment to infrastructure development in protected areas. Interested suppliers should contact Joni Dutcher at joni_dutcher@fws.gov or call 571-447-8387 for further details, with the delivery period scheduled from April to June 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the delivery of various asphalt paving and construction materials to the Chincoteague National Wildlife Refuge (NWR). It specifies estimated quantities needed for materials including asphalt tack coat, base and top course materials, various sizes of polyethylene and concrete pipes, geotextile fabric, aggregate, fill materials, and concrete, all complying with Virginia Department of Transportation and relevant ASTM standards. The delivery period is scheduled from April to June 2025, with coordination through refuge staff due to site constraints. Suppliers must provide material certifications and delivery tickets documenting the delivered materials. The RFP emphasizes compliance with specified material requirements, ensuring that unsuitable materials are excluded. This project is vital for supporting ongoing construction activities at the refuge, showcasing the government's commitment to infrastructure development in protected areas.
    The document is a Capability Statement Questionnaire related to the Chincoteague National Wildlife Refuge (NWR) Road Materials project, inviting businesses to express their interest and qualifications. It begins with general information about the business, including name, address, and relevant classifications such as small business status and NAICS codes. The second section focuses on contractor arrangements, asking firms to indicate how they will compete for the project, whether as a sole contractor, a prime with subcontractors, or a joint venture. Section three addresses the capabilities of the organization, requesting descriptions of relevant expertise, past experience on similar projects, and any additional capabilities that could benefit the acquisition. Emphasis is placed on providing detailed information regarding the firm's ability to meet project requirements and timelines, including necessary equipment. The primary purpose of this file is to solicit input from potential contractors for consideration in the procurement process, ensuring that the government can adequately assess each candidate's suitability for the project. The document’s structure is clear, with sections dedicated to business information, contractor arrangements, and capabilities, guiding respondents to provide comprehensive and relevant details for evaluation.
    The Chincoteague National Wildlife Refuge has issued a request for proposals (RFP) for the supply and delivery of aggregate, fill, and concrete materials for a project scheduled from April to June 2025. Suppliers are expected to provide 38,940 cubic yards of aggregate, 56,180 cubic yards of fill, and 160 cubic yards of concrete on a weekly basis to a designated staging area at 8231 Beach Rd, Chincoteague, VA. The materials must adhere to Virginia Department of Transportation specifications and other relevant ASTM standards, with specific performance requirements outlined for durability and gradation. Suppliers must submit certifications and gradation analysis, and samples of materials for approval prior to delivery. Delivery tickets confirming material type and quantity must be signed by government representatives upon each load delivery. The document advises potential suppliers to coordinate with refuge personnel for site-specific requirements and contact listed government officials for inquiries. This RFP illustrates the government's commitment to maintaining high standards for construction materials in support of environmental projects at the refuge.
    The document outlines a government Request for Proposal (RFP) for the delivery of asphalt paving materials to the Chincoteague National Wildlife Refuge. It specifies the need for a variety of materials including asphalt tack coat, base course, and top course, with estimated quantities of 10,440 gallons of tack coat, 8,730 tons of base course, and 10,000 tons of top course. The project is set to take place from April to June 2025, with deliveries coordinated with refuge staff during weekdays from 6 AM to 6 PM. Vendors are required to provide certificates and mix design information to certify compliance with Virginia Department of Transportation specifications. Each delivery must come with a signed ticket indicating material type and quantity. Interested suppliers can contact the designated officials for further inquiries via email or Microsoft Teams. This RFP reflects the government's initiative to engage suppliers for infrastructural improvement while adhering to regulatory standards in material specifications.
    The document outlines a request for proposals (RFP) for the supply and delivery of pipe and geotextile fabric materials to the Chincoteague National Wildlife Refuge. It specifies the types and quantities of materials required, including different sizes of high-density polyethylene and elliptical concrete pipes, alongside vast amounts of geotextile fabric. Delivery is expected to occur by April 2025, with operational hours for material drop-off from 6 AM to 6 PM, Monday through Friday. The document details performance requirements, including compliance with various ASTM and Virginia Department of Transportation specifications for the pipes and fabrics, ensuring they meet strength, size, and joining criteria for effective installation. Billing for the materials will reflect actual quantities delivered, and potential suppliers are encouraged to reach out to designated contacts for further clarifications. Overall, this RFP reflects the federal government's initiative to procure specific construction materials for environmental management efforts at the wildlife refuge, ensuring adherence to defined quality standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    WY-NATIONAL ELK REFUGE-BULK FUEL 5 YEAR BPA SET-UP
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for the supply and delivery of bulk fuel to the National Elk Refuge in Jackson, Wyoming. The procurement requires the delivery of three types of fuel: unleaded fuel with 10% ethanol, clear diesel, and dyed diesel, which will be stored in designated 1,000-gallon tanks at specified locations. This initiative is crucial for ensuring reliable fuel supplies for operational activities at the refuge, with deliveries expected to occur within 48 hours of notice during business hours. Interested suppliers must submit their quotes on company letterhead by March 18, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further information.
    56--YELL - Hot Mix Asphalt
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the provision of hot mix asphalt services at Yellowstone National Park. The project requires the contractor to supply and mix approximately 6,300 tons of hot mix asphalt using a mobile plant located at Norris Junction Pit, with operations scheduled from August 1, 2025, to October 31, 2025. This procurement is vital for maintaining the park's road infrastructure, ensuring safe access for visitors while adhering to environmental standards and operational protocols. Interested vendors must submit their proposals by March 17, 2024, and direct any inquiries to Sally Leitch at sallyleitch@nps.gov or by phone at 720-450-5172.
    Gravel for Sacramento NWRC
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the supply and delivery of gravel and riprap services at the Sacramento National Wildlife Refuge in California. The procurement includes a base requirement for 550 tons of ¾ AB gravel, 2,000 tons of 18” minus riprap/fractured rock, and 2,000 tons of 1 ½” AB gravel, with options for additional quantities to enhance water control structures and stabilize banks along the 26.2 Canal and Access Road. This initiative underscores the importance of maintaining environmental infrastructure and supporting wildlife habitats through the engagement of small business vendors, as the opportunity is set aside for small businesses under the Federal Acquisition Regulation. Quotations must be submitted by March 26, 2025, with a performance period of 30 days post-award, and interested parties can contact Justine Coleman at justinepasiecnik@fws.gov or by phone at 413-253-8287 for further details.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    Y--OR-BASKETT SLOUGH NWR-CACKLER BRIDGE
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking contractors for the demolition of a failing culvert and the construction of a new prefabricated steel vehicle bridge at the Baskett Slough National Wildlife Refuge. The project aims to restore fish passage and prevent road flooding, ensuring continued public access to the refuge, and includes comprehensive planning, design, and construction services. The bridge must meet specific loading standards and comply with various federal, state, and local codes, with all work scheduled to occur between July 15, 2026, and October 1, 2026, and completion expected by December 31, 2026. Interested parties can contact Jessica Tines at jessicatines@fws.gov for further details.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    F--Predator Control at Attwater Prairie Chicken NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for predator control services at the Attwater Prairie Chicken National Wildlife Refuge (NWR). The primary objective of this procurement is to manage and mitigate predator populations that threaten the habitat and survival of the Attwater Prairie Chicken, a species of concern. Effective predator control is crucial for the conservation efforts aimed at protecting this endangered bird and its ecosystem. Interested contractors can reach out to Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321 for further details regarding this special notice.
    TX-UVALDE NFH-TILT OVER DECK TRAILER
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide a 21K tilt-over deck trailer for the Uvalde National Fish Hatchery in Texas. The procurement requires vendors to meet specific technical specifications, including a gross vehicle weight rating (GVWR) of 21,000 lbs, and to deliver the trailer within 90 days post-contract award to the designated location. This equipment is essential for the hatchery's operations, supporting the agency's mission to manage and conserve fish and wildlife resources. Interested parties must submit their quotations by March 14, 2025, and can direct inquiries to Mack Washington at mackwashington@fws.gov or by phone at 404-679-4033.
    CO NATL BLCK-FTD FERRET CONSERV CT - Trash Removal
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide trash removal services at the National Black-footed Ferret Conservation Center in Carr, Colorado. This procurement involves a five-year Blanket Purchase Agreement (BPA) that requires the contractor to manage a significant volume of waste, including animal waste and general trash, with a commitment to emptying dumpsters weekly and adhering to all relevant regulations. The services are crucial for maintaining a clean environment that supports the Center's conservation efforts, particularly in the rearing and reintroduction of endangered black-footed ferrets into the wild. Interested vendors must submit their quotes by March 18, 2025, to Dana Arnold at danaarnold@fws.gov, with the BPA set to commence on March 28, 2025, and run through March 27, 2030.