WETLAND/WATERS OF THE U.S. DELINEATION AND REPORT AT U.S. FISH WILDLIFE REFUGE, UPPER MISSISSIPPI NATIONAL WILDLIFE REFUGE, LA CROSSE DISTRICT COUNTIES, WISCONSIN AND TOWN OF SHELBY, WI
ID: 693C7324Q000028Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION693C73 EASTERN FED LANDS DIVISIONAshburn, VA, 20147, USA

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS (B510)
Timeline
    Description

    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors to perform wetland and waters delineation services at the Upper Mississippi National Wildlife Refuge in La Crosse County, Wisconsin. The project aims to delineate wetlands and waters in conjunction with the construction of a new access road and parking area along State Highway 35, adhering to specific environmental regulations and standards. This initiative is crucial for ensuring compliance with ecological assessments necessary for infrastructure development, reflecting the government's commitment to responsible environmental stewardship. Interested contractors must submit their proposals by September 18, 2024, and are encouraged to contact Regina P. McDonald at Regina.McDonald@dot.gov or 703-404-6268 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," which mandates that offerors disclose whether they provide or use covered telecommunications equipment or services in federal contract performance. This provision, inspired by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, prohibits federal entities from procuring such equipment if it is a substantial component of any system. Offerors are required to review excluded parties in the System for Award Management before bidding. The representation includes distinct disclosure requirements related to both the provision of and the utilization of covered services and equipment, with specifics on identifying the entity producing this equipment and its intended use. Relevant definitions and exceptions clarify the scope of what constitutes prohibited equipment or services. This provision emphasizes the federal government's commitment to national security by restricting the use of potentially harmful telecommunications technologies within federal contracts.
    The government provision 52.204-26 addresses the representation regarding covered telecommunications equipment or services in federal contracts. It defines "covered telecommunications equipment or services" and the term "reasonable inquiry," which aligns with clauses related to contracting prohibitions on specific unsafe telecommunications practices. The provision outlines that offerors must review the System for Award Management (SAM) for any excluded parties involved with these outlined services. Offerors are then required to represent whether they do or do not provide covered telecommunications equipment or services and whether any used equipment incorporates such services, following a reasonable inquiry. This provision emphasizes compliance and oversight concerning telecommunications in government contracts, ensuring the integrity and security of services provided to governmental entities. It is part of broader efforts to avoid risks associated with certain telecommunications products and supports the maintenance of secure communication channels in federal operations.
    The document addresses questions regarding a Request for Quotation (RFQ) from the Federal Highway Administration (FHWA) for a construction project. The project involves building a new access road, parking area, and installing railroad crossing signals along State Highway 35, with specific tasks including grading, aggregate surface work, paving, and turf establishment. It clarifies that this RFQ primarily pertains to the delineation aspect of the project. Additionally, there is a request for Geographic Information System (GIS) files related to project limits. The preferred timeframe for field delineation is specified as before mid-October 2024, indicating a strong preference for completion in the fall rather than spring. This document reflects the ongoing efforts of federal and local entities to ensure infrastructure development while adhering to specific timelines and requirements.
    The FHWA Request for Quotation No. 693C7324Q000028 pertains to a project involving the construction of a new access road, parking area, and installation of railroad crossing signals along State Highway 35. The scope includes grading, aggregate surface, asphalt paving, culvert installation, and turf establishment. Responses to inquiries clarify that the RFQ is primarily for delineation work, with GIS files available for project limits. The preferred delineation period is before mid-October 2024, ideally in the fall. Proposal submissions should be in PDF format, including a consolidated price and qualifications. Contact is required with Refuge staff before commencing surveys, with stated points of contact from the U.S. Fish and Wildlife Service provided for coordination. This document outlines essential aspects of the quotation process, addressing potential bidders' questions and facilitating effective communication for project planning and execution.
    The document is a Request for Quotation (RFQ) issued by the Federal Highway Administration's Eastern Federal Lands Highway Division for wetland delineation services under project WI FLAP SHLBY LACRS (1). The RFQ outlines a request for firms to provide quotations by September 18, 2024, for a firm-fixed price contract that includes delineation of wetlands and waters of the U.S. at the Upper Mississippi National Wildlife Refuge, located in La Crosse County, Wisconsin. Bidders must submit a detailed price quotation that includes a breakdown of costs for various tasks specified in the attached statement of work. Additional requirements specify that all contractors must be registered in the System for Award Management (SAM) database to qualify for contract awards. The RFQ also incorporates several Federal Acquisition Regulations (FAR) provisions that govern the contract. Key details include regulations for reimbursements on travel expenses, electronic invoice submissions through the Delphi eInvoicing system, and adherence to Section 508 standards for accessibility. The comprehensive nature of the RFQ emphasizes the importance of meeting environmental regulatory standards while ensuring fiscal accountability.
    The document outlines compliance requirements under Section 889(a) of the John S. McCain NDAA related to telecommunications equipment for federal agencies. It specifies two key prohibitions aimed at national security: the procurement of any covered telecommunications equipment or services from designated Chinese firms, and restrictions on any contracts with entities using said equipment or services. The attached representation form mandates offerors to certify whether they will provide or use covered technologies in their transactions, along with detailed guidelines for such representations. It further defines essential terms such as "backhaul," "covered telecommunications equipment," and "critical technology." GPC Cardholders must ensure compliance before processing any orders with non-compliant offerors, underscoring the importance of national security in federal contract processes. Additionally, there’s an addendum requiring merchants to maintain current compliance for a year and notify the Federal Highway Administration of any changes. This document is vital for ensuring federal and state procurement aligns with security standards while safeguarding against potential threats from foreign telecommunications equipment.
    The document outlines a survey protocol for assessing the area around powerlines, focusing on utility identification and specific surveying parameters. The survey should extend 120 feet from the powerlines into the adjacent field and include a 50-foot bandwidth for roadways, buildings, access roads, and highways. Additionally, it emphasizes obtaining the locations of all utilities within these boundaries, with the inclusion of railroad tracks being optional. The geographical coordinates mark the beginning and end points of the project, establishing clear project limits. This protocol illustrates the importance of comprehensive site surveying in infrastructure projects, ensuring all relevant utilities and boundaries are accurately identified to facilitate further planning and development.
    The document outlines a Statement of Work (SOW) for a wetland delineation project in La Crosse County, Wisconsin, managed by the U.S. Fish and Wildlife Service (USFWS) in partnership with the Federal Highway Administration (FHWA) and others. The project aims to delineate wetlands and waters of the U.S. along a proposed new access road and parking area on State Highway 35, addressing ecological regulations and assessments necessary for development. The contractor is required to adhere to specific wetland delineation standards, including coordination with state and federal agencies. Key deliverables include a project schedule, a summary trip report with GIS data, a draft and final wetland delineation report, all of which must follow guidelines from Wisconsin's environmental authorities. The payment structure allows for reimbursement of direct expenses incurred, with strict invoicing requirements. The contract aims to select a qualified contractor based on experience and methodology, emphasizing the use of assured delineators recognized by the state. This initiative reflects the government’s commitment to responsible environmental stewardship in infrastructure projects while ensuring compliance with local and federal regulations.
    Similar Opportunities
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the Moose Wilson Road Phase 2 reconstruction project located 14 miles north of Jackson, Wyoming. This project involves significant roadway improvements, including grading, asphalt paving, drainage enhancements, and roadway obliteration, with a focus on environmental stewardship and compliance with federal guidelines. The estimated project cost ranges between $10 and $20 million, with a targeted completion date set for Summer 2027. Interested contractors can direct technical inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520, and should note that solicitation documents will be available in Fall/Winter 2024.
    Project WV ERFO FS MNGAH921 2018-1(1) - Monongahela National Forest
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified small businesses for a construction project in the Monongahela National Forest, West Virginia. The project involves trail and road repairs, culvert replacements, and bridge reconstructions across 29 repair sites, necessitated by damage from significant storms, with an estimated total cost between $12 million and $15 million. This initiative aims to enhance infrastructure resilience and promote small business participation in federal contracting opportunities. Interested prime contractors must submit their qualifications by September 25, 2024, to Mr. Michael Sun at EFLHD.Contracts@dot.gov, adhering to specific formatting guidelines for their submissions.
    TX FW TECH MULTI (1), Various Routes & Parking
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the reconstruction and improvement of approximately 16.4 miles of roadways within the Texas Chenier Plain Wildlife Refuge Complex, specifically targeting areas affected by Hurricane Harvey. The project aims to enhance existing asphalt surfaces, improve drainage, and maintain parking areas, ensuring compliance with federal and state regulations while supporting coastal migratory bird habitats. The estimated contract value ranges between $5 million and $10 million, with a non-mandatory pre-bid meeting scheduled for August 28, 2024, at the Anahuac National Wildlife Refuge Visitor Center. Interested contractors should contact Doug Whitcomb or Ryan Phillips via email for further details and to confirm attendance at the pre-bid meeting.
    ID BOUNDARY 5806(1), Riverside Road Improvements & ID BOUNDARY 5806(1)B, Riverside Road Improvements B
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Riverside Road Improvements project, identified as ID BOUNDARY 5806(1), located west of Bonners Ferry, Idaho. The project encompasses a range of construction activities including grading, drainage, paving, and bridge construction over a distance of approximately 4.489 miles, with an estimated budget between $10 and $20 million, and a tentative completion date set for Fall/Winter 2025. This initiative aims to enhance access to the Kootenai National Wildlife Refuge while ensuring compliance with federal and state regulations regarding safety and environmental considerations. Interested bidders can direct inquiries to the Western Federal Lands Highway Division at WFL.Contracts@dot.gov or by phone at (360) 619-7520, and are encouraged to monitor the SAM website for updates on detailed solicitation documents expected to be available in winter 2024/2025.
    Midwest Region IDIQ Contracts for Highway, Street, and Bridge Construction
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration (FHWA), is seeking qualified small businesses for potential Indefinite Delivery Indefinite Quantity (IDIQ) contracts focused on highway, street, and bridge construction in the Midwest region of the United States. The procurement aims to gather information on the capabilities of small businesses to perform various construction services, including roadway rehabilitation, pavement construction, and bridge repairs, with a total contract value not exceeding $60 million anticipated to commence no earlier than September 2025. This initiative underscores the importance of small business participation in federal contracting, particularly for regional infrastructure projects. Interested parties must submit their responses by September 19, 2024, to Mr. David Bogner at EFLHD.Contracts@dot.gov, ensuring compliance with the outlined requirements and limitations.
    ID FLAP IDAHO NF17(1), Mt. Idaho Grade Road Rehabilitation
    Active
    Transportation, Department Of
    The U.S. Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the rehabilitation of the Mt. Idaho Grade Road under project ID FLAP IDAHO NF17(1) located in Grangeville, Idaho. The project encompasses approximately 6 miles of roadway improvements, addressing critical issues such as roadway subgrade instability and inadequate drainage, which have led to surface deterioration. This initiative is vital for enhancing access to local national forests and recreational areas, ensuring compliance with federal construction standards while promoting safety and efficiency in transportation infrastructure. Interested contractors must submit their bids by October 8, 2024, following the guidelines outlined in the solicitation documents, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    NESP Mooring Facilities at Lock & Dam 7 near La Crescent, MN
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of mooring facilities at Lock & Dam 7 in La Crescent, Minnesota, under Solicitation No. W912ES24B0013. The project aims to enhance navigation efficiency by constructing a mooring cell and a mooring dolphin, which includes tasks such as dredging, concrete fabrication, and structural metal work, adhering to strict federal standards for quality and environmental compliance. This initiative is part of the Navigation and Ecosystem Sustainability Program for the Mississippi River Basin, emphasizing the importance of maintaining navigational infrastructure while mitigating ecological impacts. Interested small businesses must submit their bids by September 17, 2024, at 2:00 PM Central Time, and can contact Justin H. Rose at justin.h.rose@usace.army.mil or 651-290-5422 for further information. The estimated contract value ranges from $5 million to $10 million.
    OR FLAP DOUGLAS 251(1), Oregon Dunes National Recreation Area ‐ Umpqua Dunes Access Improvements
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the OR FLAP Douglas 251(1) project, which involves access improvements at the Oregon Dunes National Recreation Area in Winchester Bay, Oregon. The project entails a firm-fixed-price construction contract focused on earthwork, aggregate, drainage, surfacing, precast concrete block walls, and guardrail installation over a total length of 1.3 miles, including the relocation of an Off-Highway Vehicle (OHV) route. This initiative is crucial for enhancing access and safety within the recreation area, with an estimated project cost ranging from $2 million to $5 million. Interested parties must respond to the sources sought notice by submitting the required MS Form by September 26, 2024, at 1400 PT, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    WY FLAP JOH 14(1) North Fork Crazy Woman Creek Bridge
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the replacement of the North Fork Crazy Woman Creek Bridge in Johnson County, Wyoming, under the contract number 6982AF24B000023. The project involves replacing an existing bridge structure on Crazy Woman Canyon Road/Route 33, including roadway approach reconstruction and installation of object markers, with a focus on compliance with federal construction standards and environmental regulations. This initiative is part of a broader effort to enhance federal transportation infrastructure, categorized as a total small business set-aside under NAICS 237310, with bids due by October 1, 2024, and a projected completion date of September 26, 2025. Interested contractors can direct inquiries to Denise Martinez or Leslie Karsten at CFLAcquisitions@dot.gov.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and debris to facilitate construction. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is estimated to be valued between $100,000 and $250,000, with a performance period expected to commence in June 2025 and conclude by September 2025. Interested contractors can direct inquiries to Alisha Knaub at alisha.knaub@usda.gov or by phone at 406-438-2981.