MN WINDOM WMD AUTO DOOR PARTS
ID: 140FC225Q0023Type: Solicitation
AwardedJun 5, 2025
$21.5K$21,461
AwardeeRNR CONSTRUCTION COMPANY LLC 550 N MAIN ST STE 329 Crestview FL 32536 USA
Award #:140FC225P0052
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

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

    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals from qualified contractors for the installation of wireless push-button electrical door operators and the replacement of existing door hardware at the Windom Wetland Management District Headquarters in Minnesota. The project aims to enhance accessibility in compliance with the Americans with Disabilities Act (ADA) by replacing lever door handles with emergency exit device push bars and ensuring compatibility with the existing security system. The total budget for this renovation is estimated to be less than $25,000, with a site visit scheduled for April 29, 2024, and proposals due by May 9, 2025. Contractors are encouraged to contact Bill Koski at william_koski@fws.gov for further inquiries, while the performance period for the project is set from June 2, 2025, to August 1, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to solicitation number 140FC225Q0023 issued by the federal government pertaining to the modification of contracts/orders. It informs bidders about the procedure for acknowledging receipt of the amendment, which can be done by indicating it on submitted copies or through separate electronic communication. The document specifies that failure to acknowledge receipt prior to the submission deadline may lead to offer rejection. Furthermore, the amendment modifies existing contract details including a no-cost amendment correcting submission quotes, with quotes directed to Bill Koski. The operational period of the project is outlined as spanning from June 2, 2025, to August 1, 2025. The amendment maintains the overall terms and conditions of the original solicitation unless explicitly altered. The document’s clear procedural guidance is essential for compliance in government contracting, highlighting the importance of adhering to submission requirements in federal procurement processes.
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals from qualified contractors to install wireless push-button electrical door operators and replace existing door hardware at the Windom Wetland Management District Headquarters. The project includes replacing lever door handles with emergency exit device push bars that are compatible with the existing security system and ensuring compliance with the Americans with Disabilities Act (ADA-ABA). The total budget for this renovation is estimated at less than $25,000. Key project milestones include a site visit scheduled for April 29, 2024, with proposals due by May 9, 2025. The performance period for the project is from June 2, 2025, to August 1, 2025, requiring contractors to provide a complete proposal covering design, electrical modifications, and installation services. The solicitation emphasizes the need for careful proposal preparation, adherence to specifications, and compliance with deadlines. Overall, the aim is to enhance accessibility for all visitors at the facility while ensuring functional and security upgrades.
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the installation of wireless push button electrical door operators and new hardware at the Windom Wetland Management District Headquarters in Minnesota. The project aims to enhance accessibility in compliance with the Americans with Disabilities Act (ADA). Contractors will be responsible for design, electrical modifications, removal, installation, and testing of door hardware. Proposals must include company qualifications, timelines, material specifications, and cost estimates. Safety compliance with OSHA regulations is mandatory, and all installations must adhere to local laws. Work is restricted to standard hours unless approved by the government. The contract will follow the Davis-Bacon Act, ensuring fair wages for laborers. The contractor is required to provide necessary labor, materials, and tools, with limited governmental support for reviewing product submissions only. A final inspection will verify completion. This RFP reflects the federal government's commitment to improving facility accessibility and safety standards while following rigorous regulatory frameworks.
    Similar Opportunities
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@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.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    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.
    Fish Barrier Admin Wing and Bathroom Remodel
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Chicago District, is seeking qualified vendors to remodel and upgrade the administrative wing and bathrooms at the fish barrier located in Lockport, Illinois. The project includes tasks such as painting walls, installing floor and wall tiles, toilet partitions, and a vanity. This procurement is crucial for maintaining the facility's operational standards and ensuring a functional workspace for personnel. Interested small businesses must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by 1:00 PM Central Time on December 22, 2025, with an estimated award date in January 2026. For inquiries, vendors can contact James Parizek at james.p.parizek@usace.army.mil or 312-846-5585.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.