MN-SHERBURNE NWR - IDIQ SETUP-AGGREGATE
ID: 140FGA24R0020Type: Solicitation
Overview

Buyer

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

NAICS

Crushed and Broken Limestone Mining and Quarrying (212312)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)
Timeline
  1. 1
    Posted Oct 30, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 30, 2024, 12:00 AM UTC
  3. 3
    Due Nov 29, 2024, 7:00 PM UTC
Description

The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply and delivery of aggregate materials to the Sherburne and Crane Meadows National Wildlife Refuges in Minnesota. The procurement involves various washed and gravel products, including granite materials, with a total ceiling amount of $2,000,000 over a five-year period, from December 2024 to December 2029. These materials are essential for public works and infrastructure projects within the refuges, ensuring the maintenance and operational efficiency of these vital ecological areas. Interested suppliers should contact Ian Young at ian_a_young@fws.gov or call 612-713-5214 for further details and to submit their proposals by the specified deadlines.

Point(s) of Contact
Young, Ian
(612) 713-5214
(303) 969-7281
ian_a_young@fws.gov
Files
Title
Posted
Jun 27, 2024, 4:47 PM UTC
Jun 27, 2024, 4:47 PM UTC
The U.S. Fish and Wildlife Service plans to award one or two Firm Fixed Price IDIQ contracts for the supply and delivery of various aggregate products to the Sherburne Crane Meadows National Wildlife Refuge. The upcoming solicitation, governed by FAR part 13, will primarily evaluate offers based on price, technical merit, and proximity to the refuge. Registered contractors will compete for this full and open requirement, with an anticipated posting date of August 9, 2024, on federal online portals. The focus is on awarding contracts to the best-value offerors, with attention to cost, technical expertise, and convenient location. The Statement of Work and other crucial solicitation details will be provided upon official release. Interested parties must register in the System for Award Management to participate, with payments processed electronically using SAM registration data. Ian Young and William Strong are the designated points of contact for this procurement process, emphasizing written communication over verbal inquiries. Key dates and evaluation criteria will be included in the official solicitation documents.
Oct 30, 2024, 3:27 PM UTC
The document outlines a request for proposals (RFP) related to the supply of various washed and gravel products, granite materials, and miscellaneous resources for government projects. It specifies estimated minimum and maximum quantities for several product categories, including different types of washed rock, sewer sand, various grades of gravel, clean sand, and crushed concrete. The delivery charges for these materials are detailed across multiple years, ranging from December 2023 to December 2028, with provisions for both ton and yard measurements. The purpose of this RFP is to invite suppliers to submit pricing for the outlined materials necessary for public works and infrastructure projects. Specific attention is given to pricing schedules, emphasizing the need for detailed and competitive bids to ensure fiscal responsibility in government contracts. This document serves as a framework for potential suppliers in understanding the scope of the project requirements as well as the delivery timelines expected for each product type, ultimately aiming to facilitate a streamlined procurement process for state and local government initiatives.
Oct 30, 2024, 3:27 PM UTC
The government document outlines the Statement of Work for the acquisition of aggregate products for the Sherburne and Crane Meadows National Wildlife Refuges. It indicates that the contractor will supply various washed, gravel, and granite products to be delivered or available for pickup within a 50-mile radius of Princeton, MN, from December 2024 through December 2029. The contractor is responsible for all aspects including tools, equipment, materials, transportation, and supervision for delivery. Orders are to be placed by USFWS employees who will specify details such as quantities and delivery schedules. The selection of the contractor will be based on the lowest quote received. Additionally, the document identifies key personnel responsible for the project, highlighting their contact information for coordination and quality assurance. The overall goal is to ensure efficient delivery and maintenance of aggregate supplies crucial for the refuges' operations. This RFP illustrates the federal government's emphasis on competitive procurement practices and adherence to environmental management standards within wildlife refuge maintenance.
The document outlines the requirements for submitting past performance information and references as part of federal and state/local RFP processes. Offerors must provide at least two but no more than three references who have in-depth knowledge of their performance during the majority of the contract period. These references will be crucial for assessing the offeror's compliance with contract requirements and the overall quality of their performance. The offeror is tasked with distributing a past performance questionnaire to these references, who must complete it and return it directly to the offeror for compilation with the proposal. The questionnaire assesses various performance elements including quality of service, cost control, timeliness, and business relations, rated on a scale from 0 (Unsatisfactory) to 5 (Outstanding). This document is integral to ensuring that past performance is rigorously evaluated, thereby facilitating informed decisions in awarded contracts within the governmental procurement framework.
Oct 30, 2024, 3:27 PM UTC
The solicitation number 140FGA24R0013 is for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for aggregate supply services primarily serving the Sherburne and Crane Meadows National Wildlife Refuges in Minnesota. The contract entails the provision of washed aggregate products, gravel products, and miscellaneous aggregates, with a total ceiling amount of $2,000,000. It has a five-year duration and a minimum guarantee of $10,000, allowing for flexible delivery orders within specified limits. The primary service involves the delivery and pickup of various aggregate materials within a 50-mile radius of Princeton, MN. Contractors are expected to handle logistic details, including pricing and schedules, with payments processed electronically using the U.S. Department of the Treasury's Invoice Processing Platform. The contract stipulates strict operational guidelines, including compliance with numerous federal laws and regulations, particularly in terms of labor standards and environmental considerations. It emphasizes the importance of communication between the Government and contractors to ensure timely fulfillment and quality of service while maintaining detailed compliance records. Overall, it reflects the government's strategic approach to managing aggregate supply contracts in federal contracting processes.
Oct 30, 2024, 3:27 PM UTC
The document serves as a Request for Proposal (RFP) from the federal government for the supply and delivery of various aggregate products over a five-year period, from December 15, 2024, to December 14, 2029. It outlines the contract details, including identification codes, due dates, delivery locations, and contact information for both the offering party and government representative. Specifically, the RFP encompasses a range of products such as washed rock, sand, gravel, and crushed concrete, with specified quantities and types listed. There is an indication of the solicitation's administration, and it notes that the acquisition is open to small businesses, particularly those owned by service-disabled veterans, women, and economically disadvantaged individuals. Furthermore, it emphasizes adherence to the federal acquisition regulations incorporated within the solicitation. Overall, the document reflects the government's commitment to sourcing from small businesses while adhering to regulatory frameworks, showcasing a structured solicitation process aimed at acquiring essential aggregate materials for upcoming projects.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
Z--MN-MORRIS WMD-HQ BASEMT CARPET REPLACEMT
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for a construction contract to replace the basement carpet at its Headquarters Building in Morris, Minnesota. This project, identified as Solicitation No. 140FC225Q0018, requires contractors to provide all necessary materials, labor, and equipment, with a project magnitude estimated between $25,000 and $100,000. The performance period for the contract is scheduled from April 30, 2025, to July 30, 2025, and bidders must attend a site visit on April 10, 2025, to familiarize themselves with the project requirements. Interested contractors should direct inquiries to Christa Garrigas at christagarrigas@fws.gov, and ensure they acknowledge receipt of any amendments to the solicitation by the specified deadlines.
MN-FWS DIV OF FACLTS MGMT-PLOW
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotes for the procurement of a V-Plow compatible with existing equipment, intended for delivery to the Seney National Wildlife Refuge by July 31, 2025. The specifications for the V-Plow include a cutting edge width of 9'8", a maximum total width of 10'8", and a maximum height of 6', with specific material and compatibility requirements to ensure functionality with a John Deere loader model 444J. This procurement is crucial for maintaining operational efficiency at the refuge, emphasizing the need for durable and compatible equipment. Interested suppliers must submit their quotes by April 8, 2025, and can direct inquiries to Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
Chequamegon-Nicolet National Forest - Gravel Crushing Service
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking quotes for gravel crushing services within the Chequamegon-Nicolet National Forest in Wisconsin. The project involves the crushing, stockpiling, and testing of aggregate from designated government sources, with tasks divided into East and West Zones of the forest. This procurement is crucial for maintaining the infrastructure of the national forest, ensuring that necessary materials are available for road and trail maintenance. Interested small businesses must submit their proposals by April 25, 2025, via email to Scott Beeman at scott.beeman@usda.gov, and adhere to federal wage determinations that set minimum wage rates and benefits for workers involved in the project.
ID-FWS BEAR LAKE NWR-FISH SCREEN
Buyer not available
The U.S. Fish and Wildlife Service is soliciting quotes for the conversion of five rotating drum-style fish screens to solar-powered electric designs at the Bear Lake National Wildlife Refuge in Idaho. This initiative aims to enhance the exclusion of invasive fish from wetlands while ensuring adequate water flow, with a focus on environmentally sustainable practices. The procurement is set aside for small businesses under NAICS code 221310, with the award based on the lowest priced compliant offer. Interested vendors must submit their quotations by 1:00 PM Eastern Time on April 9, 2025, with product delivery required by April 30, 2025, and the performance period extending from April 14 to July 14, 2025. For further inquiries, contact Joshua Stuart at joshuastuart@fws.gov.
56--WY WGF GRAVEL FOR SAND MESA
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Great Plains Regional Office, is preparing to issue a Commercial Request for Quote (RFQ) for the procurement of 1,486 tons of grading W road base, which consists of 1" minus fractured rock combined with dirt and sand, to be delivered within 25 miles of Riverton, Wyoming. This procurement is essential for construction and maintenance projects, utilizing materials classified under the NAICS code 212321 for Construction Sand and Gravel Mining and the PSC code 5610 for Mineral Construction Materials, Bulk. The anticipated delivery timeframe is between May and July 2025, with the RFQ expected to be posted on or around April 16, 2025, on the SAM.gov website. Interested contractors must ensure they are registered in SAM.gov and may direct inquiries to Chris Zook at czook@usbr.gov.
MECHANICAL SITE PREPARATION SUPERIOR NF
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking contractors for a mechanical site preparation project located in the Laurentian District of the Superior National Forest in Duluth, Minnesota. The contract involves key tasks such as rock raking over approximately 200 acres and compacting/crushing of fuels on 11 acres, scheduled to take place from June 1 to October 31, 2025. This initiative is part of the federal government's efforts to manage forest ecosystems and promote ecological restoration through mechanical manipulation of the terrain. Interested contractors should contact Debra Derickson at Debra.Derickson@usda.gov for further details, with an estimated total award amount of $11.5 million and compliance with federal labor standards required for bidding.
S--MD-FWS ESTRN NECK NWR-MOWING/LANDSCAPING
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for landscaping services at the Eastern Neck National Wildlife Refuge in Maryland. The procurement involves regular mowing and trimming to maintain grass height below three inches from April to November, with a total contract value of $9.5 million and options for renewal over four additional years. This contract is crucial for maintaining the aesthetics and environmental integrity of the refuge, ensuring compliance with federal standards while promoting participation from small businesses, particularly those classified as Indian Small Business Economic Enterprises (ISBEE). Interested bidders must submit their quotations by April 8, 2025, following a site visit on April 1, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
Rehabilitation of a bridge/water control structure
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the C1 Bridge and water control structure at the Quivira National Wildlife Refuge in Kansas. The project entails a full-depth repair of a three-barrel box culvert, originally constructed in 1964, which is critical for both public access and ecological management. Contractors will be responsible for providing all necessary materials, labor, and equipment while adhering to safety and environmental regulations, with a performance period set from April 14, 2025, to October 21, 2025, and an estimated budget between $100,000 and $250,000. Interested parties should contact Shanen Fox at shanenfox@fws.gov or call 503-736-4469 for further details and to ensure compliance with the submission requirements.
Chippewa National Forest, Stony Point Campground Upgrades
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking bids for the Stony Point Campground upgrades within the Chippewa National Forest in Minnesota. The project involves water and electrical utility work, requiring the contractor to provide all necessary labor, equipment, supervision, and materials to complete the improvements. This procurement is significant as it aims to enhance recreational facilities, ensuring compliance with local, federal, and state codes while adhering to applicable wage rates. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the anticipated solicitation release date of April 11, 2025, with a contract value estimated between $500,000 and $1,000,000. For inquiries, contact Brad Higley at bradley.higley@usda.gov.
MS RIVER MI 616-326 STONE REPAIRS TO REVETMENTS AND DIKES, FY25 FC/MR&T, MS RIVER BASIN, CHANNEL IMPROVEMENT PROGRAM INDEFINITE DELIVERY/INDEFINITE QUANTITY, (IDIQ)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for stone repairs to revetments and dikes along the Mississippi River, specifically between mile markers 616 and 326, as part of the Fiscal Year 2025 Channel Improvement Program. The project involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a total capacity of $30 million, including a minimum guarantee of $8 million, and encompasses tasks such as grading, stone paving, and environmental protection under varying water conditions. This initiative is crucial for maintaining and enhancing flood protection and the reliability of river infrastructure, reflecting the government's commitment to safeguarding local communities. Interested bidders must submit their proposals by April 22, 2025, and can direct inquiries to Kasey Davis at Kasey.T.Davis@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.