Z--REHAB FISH HATCHERY ROAD, ENNIS NFH, MT
ID: 140FGA25R0014Type: Presolicitation
AwardedJul 2, 2025
$264.9K$264,855
AwardeeYORKSHIRE INDUSTRIES LLC 420 LEXINGTON AVE NEW YORK NY 10170 USA
Award #:140FGA25C0015
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

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

    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of Fish Hatchery Road at the Ennis National Fish Hatchery in Montana. The project involves repairing the road by addressing deteriorating asphalt and failing subgrade at ten specific locations, with a completion deadline set for September 30, 2025. This initiative is crucial for maintaining infrastructure that supports wildlife management and public safety. Interested contractors must submit their proposals by June 9, 2025, and can direct inquiries to Shanen Fox at shanen_fox@fws.gov or by phone at 503-736-4469. The estimated contract value is between $250,000 and $500,000, with a performance period from June 30, 2025, to September 30, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the pricing schedule for the rehabilitation of Fish Hatchery Road at the Ennis National Fish Hatchery in Montana. It outlines specific tasks required, including asphalt concrete pavement repairs on multiple roads: Fish Hatchery Road, Raceway Parking Area, and Fish Hatchery Quarters Road. The project involves providing all labor, materials, and equipment in accordance with specified guidelines. The pricing schedule includes costs associated with various patch types and mobilization for each area, listed by unit quantity and costs. An optional work scope for additional patching at the Raceway Parking Area and Fish Hatchery Quarters Road is also included, signaling flexibility in project execution based on funding availability. This document serves as part of a federal Request for Proposals (RFP) aimed at securing contractors for necessary maintenance work, thus ensuring compliance with regulatory standards while addressing infrastructure needs within national fisheries. The summary encapsulates essential project details while adhering to official procurement protocols.
    The document pertains to Solicitation No. 140FGA25R0014, Amendment No. 2, for the project to rehabilitate Fish Hatchery Road. It includes a series of questions and answers regarding various aspects of the project. Key topics addressed include the absence of a need for drilling or blasting, bonding requirements where performance and payment bonds are mandated at 100% of the contract price for the successful bidder, and details regarding the billing and payment process for the contractor. Payment timelines were specified, with progress payments made within 14 days post-approval, and final payments within 30 days of invoice submission or government acceptance. Crucially, the proposal due date has been extended to June 9, 2025, and all bids must be submitted via email. Details about the project scope indicate limitations due to funding, specifying that certain areas requiring sub-excavation and additional features such as duct pipe installation are not within the current project scope, aligning with specified limitations. The document underscores the importance of adhering to detailed specifications while also managing restrictions on project funding, essential for bidders to understand the project's constraints and requirements.
    The U.S. Department of the Interior's Fish and Wildlife Service is soliciting bids for the rehabilitation of Fish Hatchery Road at the Ennis National Fish Hatchery in Madison County, Montana. This project aims to repair the road by patching ten specific locations, addressing various issues such as deteriorating asphalt and failing subgrade, including two areas requiring sub-excavation. The project's timeline is set to complete all work by September 30, 2025. The document outlines detailed requirements for coordination among contractors, site access restrictions, and environmental protections, emphasizing compliance with federal, state, and local regulations. It specifies the need for safety measures, coordination with existing utilities, and adherence to quality control standards. Additionally, the contractor is responsible for obtaining necessary permits and ensuring that all work avoids hindering the hatchery's daily operations, including a strict schedule for work hours and minimum disruption to traffic. This project reflects the government's commitment to maintaining infrastructure crucial to wildlife management and public safety.
    The document appears to be a digital signature from Edward Dunn, dated June 20, 2024. It demonstrates the formal approval or acknowledgment of information within a government context, potentially related to federal contracts, requests for proposals (RFPs), or grants. While the file lacks substantive content beyond the signature, such signatures are typically used to validate agreements, documents, or applications pertinent to government operations. This suggests a need for authenticity and accountability in governmental transactions or processes tied to funding or project initiation. The main focus here revolves around the importance of digital signatures in modern governance and the facilitation of e-government practices, ensuring compliance with legal and procedural standards. The signature's date indicates an ongoing or forthcoming initiative, reinforcing the dynamic nature of government contracting and funding initiatives.
    The document details the price schedule for the rehabilitation of Fish Hatchery Road, Raceway Parking Area, and Fish Hatchery Quarters Road at the Ennis National Fish Hatchery in Montana. It outlines various work items, including full depth and deep patches, mobilization/demobilization, and associated costs for different patches and areas within the project. Each section is clearly divided, specifying unit quantities and costs for labor and materials required to complete the road repairs. The overall project aims to repair the asphalt concrete pavement, ensuring compliance with attached specifications. The summary highlights mobilization costs, the need for bonding, and the types of repairs necessary for each area, showcasing the thorough planning needed for this federal initiative. This project emphasizes the federal government's commitment to infrastructure maintenance within national resources.
    The provided document appears to be a disorganized digital representation, potentially resulting from encoding errors, making it challenging to discern a coherent topic or structure. However, in the context of government RFPs (Requests for Proposals) and federal and state grants, such a file might include solicitations for proposals related to various public sector projects or funding opportunities. Typically, these documents outline eligible projects, funding limits, and application procedures, targeting specific industries or initiatives aligned with government priorities. They may also emphasize the criteria for evaluation, compliance requirements, and deadlines for submission, assisting stakeholders in navigating grant applications and ensuring adherence to both legal and procedural standards. The disjointed nature of the text suggests it may not effectively convey essential information without further editing or clarification. Overall, such documents aim to facilitate government funding mechanisms and invite suitable proposals that meet public service needs.
    The document details Amendment #1 to the solicitation 140FGA25R0014 for the rehabilitation of Fish Hatchery Road, issued by the Federal Government in Falls Church, VA. The amendment includes key procedural changes: a pre-proposal site visit scheduled for May 22, 2025, with RSVP requirements, an extension for questions until May 23, 2025, and an extension of the proposal deadline to June 3, 2025. The revised bids are now due by June 3, 2025, with the performance period set between June 30, 2025, and September 30, 2025. It is emphasized that vendors must acknowledge receipt of this amendment to ensure their offers are accepted. This amendment not only clarifies deadlines but also facilitates vendor engagement, making it essential for stakeholders in the bidding process. Overall, it demonstrates the federal agency's intent to properly manage contract modifications and enhance communication with potential bidders.
    This document amends solicitation number 140FGA25R0014, specifically concerning the rehabilitation of Fish Hatchery Road. The amendment serves three primary purposes: extending the request for proposal (RFP) deadline to June 9, 2025, at 10:00 AM PDT; providing responses to queries received about the solicitation; and updating plans reflecting corrections to design specifications, including a change in gutter size from 36 inches to 48 inches and adjustments to the proposed gutter outlet location. Contractors are required to acknowledge receipt of the amendment by specified methods, ensuring compliance with the new submission timeline. The period of performance for the project is designated from June 30, 2025, to September 30, 2025. Overall, the amendment aims to clarify project details and facilitate a smoother bidding process, reinforcing transparency and communication in government contracting.
    This document is an amendment (Amendment #3) to solicitation 140FGA25R0014 for the Rehabilitate Fish Hatchery Road project. The main purpose of this amendment is to update the Price Schedule quantities for specific line items, aligning them with the previous amendment based on feedback received during a Q&A session. All offerors are required to complete the revised Price Schedule and include it in their proposal submissions. The period of performance for this project is specified as June 30, 2025, to September 30, 2025. The document emphasizes the importance of acknowledging the receipt of this amendment prior to the submission deadline, with details on methods for acknowledgment and submission of changes to previously submitted offers. Overall, this amendment clarifies essential information regarding pricing adjustments and compliance requirements, ensuring that all contractors are informed and able to proceed correctly with their proposals.
    The solicitation document outlines a Request for Proposal (RFP) for a construction project focused on rehabilitating Fish Hatchery Road at the Ennis National Fish Hatchery in Montana. The expected cost of the contract is projected between $250,000 and $500,000, with a performance period extending from June 30, 2025, to September 30, 2025. Key requirements include providing all necessary labor, materials, equipment, and supervision in compliance with outlined specifications and timelines. Compliance with various federal regulations, including environmental and safety standards, is mandatory. Bidders must submit sealed offers by the specified deadline, acknowledge receipt of amendments, and adhere to the submission guidelines, which include providing performance and payment bonds if required. The document specifies the evaluation criteria for bids, including compliance with the solicitation conditions and adherence to contractor qualifications. It also emphasizes environmental considerations, including waste management and green procurement practices. Overall, the RFP seeks to enhance infrastructure while ensuring regulatory compliance and promoting sustainability within the bidding process.
    Similar Opportunities
    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.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    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.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    WY NP YELL 15(3), Madison River Bridge Interim Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NP YELL 15(3) Madison River Bridge Interim Repair project located approximately 5 miles east of West Yellowstone, Montana. This project involves the rehabilitation of a bridge over a length of 0.06 miles, including tasks such as mobilization, construction survey, quality control, earthwork activities, and minor bridge work, all aimed at enhancing infrastructure while adhering to federal safety and quality regulations. The contract is anticipated to be awarded in May-June 2025, with an estimated price range between $250,000 and $700,000, and interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Custer Gallatin NF Fairy Lake Phase 2 Road & Recreation Improvements
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is preparing to solicit bids for the Fairy Lake Phase 2 Road and Recreation Improvements project located in the Custer Gallatin National Forest, Montana. This project aims to enhance Fairy Lake Road 74 and related recreational infrastructure through various tasks, including excavation, drainage improvements, road reconditioning, trail surfacing, and the installation of new facilities such as turnouts and a vault toilet. The improvements are crucial for maintaining access and enhancing recreational opportunities in the area, particularly as the project follows the completion of Phase 1, which is expected to conclude by October 15, 2026. Interested vendors are encouraged to visit the project site in fall 2025, although no formal site visit is scheduled at this time. For further inquiries, potential bidders can contact Lisa Rakich at lisa.rakich@usda.gov or Jeff Black at jeffrey.black2@usda.gov.
    Helena Lewis & Clark NF - Park Lake Dam Rehabilitation
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is preparing to solicit bids for the Park Lake Dam Rehabilitation project located in the Helena Lewis & Clark National Forest in Montana. The project entails a comprehensive scope of work, including clearing and grubbing, deconstruction of the existing dam, construction of a new dam with a seismic foundation, hydraulic seepage control, and road reconstruction, all to be completed by October 31, 2027, over two field seasons. This rehabilitation is crucial for maintaining the integrity and safety of the dam infrastructure. Interested vendors are encouraged to inspect the project site prior to the solicitation, which is anticipated to be issued by January 2026. For further inquiries, potential bidders may contact Lisa Rakich at lisa.rakich@usda.gov or Reid Stovall at reid.stovall@usda.gov.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the emergency repair of Forest Road 11 at Mile Post 23.9 in the Mt. Baker-Snoqualmie National Forest, located in Whatcom County, Washington. The project involves critical roadway repairs, including subexcavation, aggregate surfacing, and the installation of root-wad/riprap embankments, aimed at addressing a significant roadway failure. This infrastructure repair is essential for maintaining safe access and environmental protection within federal lands. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date set for Winter/Spring 2025 and a completion deadline by Fall 2026. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.