56--MN-SHERBURNE NWR AGGREGATE IDIQ
ID: 140FGA24R0020Type: Presolicitation
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 Jul 28, 2024, 12:00 AM UTC
  2. 2
    Updated Jul 28, 2024, 12:00 AM UTC
  3. 3
    Due Aug 12, 2024, 9:00 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
NV-ASH MEADOWS NWR-ROAD REPAIR PROJECT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the NV-Ash Meadows National Wildlife Refuge Road Repair Project in Nevada. This project requires the procurement of 1,500 tons of ¾” gravel to repair road damage caused by flooding from tropical storm Hilary, with specific quality and delivery requirements outlined in the Request for Quotation (RFQ). The initiative is crucial for maintaining safe access within the refuge and ensuring compliance with government standards, including sustainability practices and environmental regulations. Interested small businesses must submit their bids by April 30, 2025, and are encouraged to contact Kathryn Coltran at kathryncoltran@fws.gov for further information.
56--Sources Sought A-2-4 Selective Fill, Puerto Rico, Vieques NWR
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking sources for A-2-4 Selective Fill material for the rehabilitation of various roads at Vieques National Wildlife Refuge in Puerto Rico. The procurement involves not only the supply of the material but also its transportation to a barge location, subsequent barging to Vieques, and hauling to designated stockpile locations on the island. This project is critical for improving road conditions within the refuge and adheres to safety and environmental standards, with a performance period scheduled from May 1, 2025, to September 30, 2025. Interested vendors should respond with their CAGE Code, Unique Entity ID, and confirmation of their capability to provide the required materials and logistics, addressing inquiries to Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
Aggregate for Redwood National Park
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the supply and delivery of approximately 2,000 tons of 2-1/2-inch minus base aggregate to Redwood National and State Parks in California. The project requires contractors to provide all necessary supervision, labor, equipment, and materials to meet the specifications outlined in the solicitation documents, with a focus on high-quality materials free from recycled content and invasive species. This procurement is crucial for maintaining the park's infrastructure and ensuring compliance with federal regulations, with a total small business set-aside to encourage participation from small business concerns. Quotations must be submitted via email by the specified deadline, and interested parties can direct inquiries to Jack Northcutt at JackNorthcutt@nps.gov.
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.
56--Producing aggregate in Mt Ruben quarry, Medford OR
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting quotations from small businesses for the production of aggregate at the Mt. Ruben quarry in Medford, Oregon. The project, identified as Request For Quotation (RFP) No. 140L4325Q0039, involves mobilization, site clearing, and the production of approximately 9,500 cubic yards of crushed aggregate from previously shot rock, with a strong emphasis on adhering to environmental and safety regulations, particularly concerning local wildlife habitats. This initiative is crucial for maintaining road infrastructure while ensuring compliance with federal environmental standards, including protections for the northern spotted owl. Interested contractors must submit their proposals by April 25, 2025, and can direct inquiries to Benjamin Becker at babecker@blm.gov or by phone at 503-808-6545.
LAKE BERRYESSA EAST SIDE ROAD ROCK DELIVERY
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified vendors to supply and deliver ¾ inch Class 2 Aggregate base rock for the maintenance of the East Side Road at Lake Berryessa. The procurement involves securing 900 tons of aggregate rock, with delivery scheduled from May 15, 2025, to May 14, 2030, and options for four additional years, emphasizing the importance of compliance with federal regulations and environmental considerations. This opportunity is a total small business set-aside, encouraging participation from small and disadvantaged businesses, with quotations due by 3:00 PM PST on April 24, 2025. Interested vendors can contact Sarah Anaya at sanaya@usbr.gov or by phone at 916-978-5140 for further details.
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 soliciting proposals for the procurement of 1,486 tons of grading W road base gravel, composed of 1" minus fractured rock mixed with dirt and sand, for the Sand Mesa Road project in Wyoming. This opportunity is set aside for small businesses, including those owned by service-disabled veterans, women, and economically disadvantaged individuals, emphasizing the government's commitment to inclusivity in federal contracting. The gravel is essential for road construction and maintenance, ensuring safe and reliable access in the region. Interested contractors must submit their proposals by April 16, 2025, with delivery expected between May and July 2025, and should direct inquiries to Chris Zook at czook@usbr.gov.
CA-SACRAMENTO NWRC-WTR CTRL STCT/CULVERT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the supply and delivery of precast concrete water control structures and culverts for the Sacramento National Wildlife Refuge in Willows, California. This procurement aims to enhance water management infrastructure, which is vital for natural resource conservation efforts. The contract is set for a performance period from May 1, 2025, to July 31, 2025, with offers due by April 29, 2025. Interested contractors should contact Sanford Carson at sanfordcarson@fws.gov for further details and ensure compliance with federal regulations, including wage determinations under the Davis-Bacon Act.
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
SD-LAKE ANDES NWR-REPL QUARTERS FLOORING
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract to demolish and install new flooring at the Lake Andes National Wildlife Refuge in South Dakota. The project involves approximately 1,722 square feet of flooring replacement, requiring contractors to provide all necessary labor, materials, and equipment while adhering to safety regulations and environmental guidelines. This initiative is part of the government's commitment to enhancing residential facilities for employees at wildlife refuges, with a total budget estimated between $10,000 and $25,000. Interested small businesses must submit their proposals by the specified deadline and can contact Nicole Johnson at nicolecjohnson@fws.gov or 571-547-3470 for further information.