Y--GAOA - Design Build Wastewater Treatment System at Big Branch NWR
ID: 140FGA24R0023Type: Presolicitation
Overview

Buyer

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

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)

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 proposals for the design and construction of a new wastewater treatment system at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project aims to replace the existing sewage treatment plant serving the Visitor Complex, ensuring compliance with environmental regulations and enhancing service capabilities. This opportunity is set aside for small businesses, with a contract value estimated between $250,000 and $500,000, and a performance period from November 21, 2024, to May 24, 2025. Interested contractors must submit proposals by September 20, 2024, and can direct inquiries to Samantha Lague at samantha_lague@fws.gov or by phone at 413-253-8349.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a complex collection of data and directives related to government Requests for Proposals (RFPs), federal grants, and state/local RFPs. It outlines the procurement processes to ensure compliance with regulations, emphasizing the importance of structured budgeting and project planning. The purpose focuses on providing detailed guidelines for stakeholders involved in the bidding and grant application processes. It stresses the need for transparency and accountability in the allocation of funds while promoting equitable access for all eligible entities. Key points include the necessity for thorough documentation, adherence to deadlines, and the importance of clear communication between applicants and government agencies. The text illustrates various compliance requirements, potential project scopes, and evaluation criteria for proposals, thereby helping applicants understand expectations and requirements. The overarching tone advocates for a collaborative approach to public sector procurement, aiming to foster effective partnerships between the government and private entities. This document serves as a vital resource for navigating the intricacies of government funding opportunities, ensuring comprehensive understanding among participants in the application and award processes.
    The United States Department of the Interior, through the Fish and Wildlife Service, is soliciting proposals for the replacement of a wastewater treatment system at the Big Branch National Wildlife Refuge in Lacombe, LA, under the Great American Outdoors Act. Interested contractors must submit proposals by September 5, 2024, including essential documentation such as signed forms (SF 1442, SF30s), a technical approach, past performance, and relevant certifications. The project, with a contract type of Firm-Fixed Price, is valued between $250,000 and $500,000, with a performance period from November 21, 2024, to May 24, 2025. A bid bond is required, and any awarded amount over $35,000 mandates a Payment Bond, while amounts over $150,000 necessitate both Payment and Performance Bonds. The site visit schedule will be communicated to shortlisted offerors, and inquiries must be directed to the designated Contracting Officer via email. This solicitation represents a step towards infrastructure improvement and conservation efforts within the wildlife refuge, emphasizing regulatory compliance and contractor qualifications.
    Amendment 1 to Solicitation #140FGA24R0023 addresses the Design Build Wastewater Treatment System project at the Big Branch Marsh National Wildlife Refuge. The amendment provides responses to inquiries from engineering and construction firms regarding project requirements. Key highlights include the acceptance of separate Past Performance documentation for engineering and construction projects, the need for a specific QA/QC Plan and Safety Plan from contractors, and confirmation that existing electrical and plumbing plans are unavailable. The document emphasizes the requirement to keep the current treatment plant operational during construction, affecting around twenty-five staff and four tenants. A seven-day notice is mandated before system shutdowns. Additionally, Professional Land Surveyors (PLS) can conduct surveys without needing a Professional Engineer (PE) designation, provided they have state registration. Overall, the amendment outlines critical project specifications and compliance needs, facilitating the bidding process for prospective contractors.
    This document serves as an amendment to solicitation number 140FGA24R0023 related to modifications of contracts/orders. The amendment outlines the necessary procedures for acknowledging receipt, which can be done via specific methods outlined in the document. The contract is modified to include responses to contractor questions and specifies the period of performance from November 21, 2024, to May 24, 2025. The contents include details on submission acknowledgments, administrative changes, and other modifications necessary to maintain contract integrity. A list of attached documents, particularly the "Questions and Answers_Amendment 1," is included for reference. All original terms remain effective unless altered by this amendment. This summary encapsulates the formal procedures and updates related to the solicitation, ensuring contractors are aware of critical changes and compliance requirements in accordance with federal contracting guidelines.
    The document outlines an amendment to federal solicitation 140FGA24R0023, detailing modifications and updates relevant to a contract. It specifies the adjustment of the Period of Performance (PoP) dates, now extending from December 16, 2024, to June 18, 2025. Additionally, the due date for Phase 1 proposals has been rescheduled to September 20, 2024, at 10:00 AM EST. The amendment emphasizes the necessity for contractors to acknowledge receipt of this amendment using specified methods, ensuring timely updates are made prior to the designated acceptance hour. It maintains that all other terms and conditions of the original solicitation remain unchanged and reinforces the importance of proper acknowledgement to avoid rejection of offers. The document represents the formal administrative process associated with government contracting, reflecting necessary changes while ensuring compliance and clarity for all contractors involved.
    The solicitation (No. 140FGA24R0023) concerns the replacement of the wastewater treatment system at Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana, aimed specifically for small businesses. The contractor is required to provide all necessary labor, materials, equipment, and supervision in adherence to the statement of work and specifications outlined in the attachment. Performance is to begin within ten calendar days following the notice to proceed and must be completed within 184 days. The contract involves David Bacon Act stipulations, requiring compliance with construction wage rates and relevant labor standards. Key sections address specifications, contract clauses, delivery timelines, and environmental considerations such as adherence to local and federal regulations regarding waste disposal and endangered species protection. The document also highlights requirements for invoicing through the U.S. Department of Treasury's Invoice Processing Platform. Additionally, there's an emphasis on sustainability and green procurement practices, alongside necessary certifications and bonding requirements. This solicitation represents a commitment to ensuring quality construction while fostering opportunities for small businesses to participate in federal projects.
    The Big Branch Marsh National Wildlife Refuge is set to replace its existing sewage treatment plant serving its Visitor Complex, which includes administrative and visitor facilities. The project aims to design and build a new, resilient sewage treatment system that complies with environmental regulations, including the elimination of harmful discharges to public waterways. The construction timeframe spans from November 21, 2024, to May 24, 2025, overseen by Yendeliz Martinez-Ruiz from the U.S. Fish and Wildlife Service (FWS). Key project components include site surveys, the abandonment of the existing plant, the construction of a new aeration mechanical treatment plant with a capacity of 5,000 gallons per day, and the installation of a spray irrigation system. Contractors must adhere to multiple federal, state, and local regulations during design and execution to ensure compliance and sustainability. The design-builder will participate in periodic reviews, submit various documentation at different project stages, and ensure effective communication throughout the process. The overarching goal is to ensure that the upgraded facility meets operational, safety, and environmental standards while enhancing service capability for the Refuge.
    Similar Opportunities
    Y--WRST 248940 Replace Deficient WaterTreatmentSystem
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is issuing a Pre-Solicitation Notice for a Request for Proposal (RFP) to replace the deficient water treatment system at the Wrangell St. Elias National Park and Preserve in Alaska. The project aims to construct a new water treatment building, install a new well, and upgrade existing water processing systems to ensure a reliable supply of potable water while minimizing visitor impact during construction. This Competitive Total Small Business Set-Aside project has an estimated construction cost between $1 million and $5 million, with a contract type of Firm-Fixed-Price and an anticipated completion period of 365 days from the Notice to Proceed. Interested parties should register on SAM.gov and can expect further details, including a Pre-Proposal Conference and Site Visit, in Fall/Winter 2024. For inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Project No. YELL 310533). The project involves constructing a new water treatment plant, including the installation of advanced piping and control systems, while adhering to environmental protection standards and ensuring minimal disruption to park activities. This initiative is crucial for maintaining essential water supply infrastructure within the park, reflecting the government's commitment to both service improvement and environmental stewardship. Interested contractors should contact Vicki Freese-supler at vickilfreese-supler@nps.gov or 720-402-8467, with proposals due following a pre-proposal site visit and an expected performance period of 822 calendar days from the notice to proceed. The estimated project cost exceeds $10 million, and all inquiries must be submitted by October 1, 2024.
    N--OK-TISHOMINGO NFH-POND LINERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project involves the removal of existing liners from Ponds 4 and 14, reshaping the pond bottoms, and installing new underdrain systems along with geotextile fabric and geomembrane pond lining, all aimed at enhancing ecological conditions at the hatchery. This procurement is critical for maintaining the operational integrity of the hatchery and supporting wildlife management efforts, with an estimated project cost between $250,000 and $500,000 and a performance timeline of 90 calendar days. Interested contractors must submit sealed bids electronically by 5:00 PM local time on September 25, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further information.
    Y--AMD3-PUERTO RICO (VIEQUES ) CARACAS RESTROOM REHAB
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of restroom facilities at the Vieques National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona. The project involves the demolition of existing wooden compost restrooms and the installation of two new pre-cast concrete comfort stations, with a contract duration of 90 days post-Notice to Proceed (NTP). This initiative is crucial for restoring essential visitor amenities while ensuring compliance with accessibility standards and hurricane-resistant construction practices. Interested contractors must acknowledge amendments to the solicitation and submit proposals by the revised deadline of 1:00 PM, with the performance period set from November 1, 2024, to January 31, 2025. For further inquiries, contact Tina Baker at tinabaker@fws.gov.
    Trail, Boardwalk and Bridge Repairs at Quivira NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting proposals for the rehabilitation of trails, boardwalks, and bridges at the Quivira National Wildlife Refuge in Stafford, Kansas. The project aims to enhance public access and ecological integrity by repairing and replacing existing infrastructure, with a focus on compliance with ADA standards and environmental protection guidelines. This initiative reflects the federal commitment to improving recreational facilities within wildlife reserves, with an estimated contract value between $500,000 and $1,000,000 and a completion timeline of 180 days post-award. Interested contractors must submit proposals via email by September 20, 2024, following a mandatory site visit on September 3, 2024; for further inquiries, contact Justine Coleman at justinepasiecnik@fws.gov or 413-253-8287.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.
    N--LAKE - ECHO BAY BARGE BREAKWATER PROJECT
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the Lake Echo Bay Barge Breakwater Project, a construction initiative aimed at enhancing the stability and functionality of a water intake barge at Lake Mead National Recreation Area. This project, which is exclusively set aside for small businesses, involves the design, fabrication, and installation of a new breakwater and wave attenuator system to address challenges posed by lowering water levels and adverse weather conditions. The estimated funding for this project ranges between $500,000 and $1 million, with a bid submission deadline extended to October 16, 2024, at 2 PM. Interested contractors should contact Caroline Bachelier at carolinebachelier@nps.gov for further details and must comply with all solicitation requirements, including attending a mandatory site visit scheduled for August 21, 2024.
    Y--YOSE 196416 Rehabilitate El Portal Wastewater Treatment Facility and Admin Camp.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is initiating a pre-solicitation for the rehabilitation of the El Portal Wastewater Treatment Facility and Administrative Camp located in Yosemite National Park, California. This project aims to upgrade the 45-year-old wastewater treatment plant, which is critical for managing wastewater for Yosemite Valley and surrounding communities, by replacing outdated infrastructure and systems, demolishing obsolete structures, and creating RV sites for construction workforce housing at the former administrative camp. The estimated cost for this comprehensive project exceeds $150 million, with a performance period of 1460 days, including potential environmental shutdowns. Interested contractors must be registered with the System for Award Management (SAM) to participate, and solicitation documents are expected to be issued around September 30, 2024. For further inquiries, contact Patrick Naulty at patricknaulty@nps.gov or call 303-987-6701.
    C--NV-PAHRANAGAT NWR-DESIGN/BUILD SERVICES
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for Design/Build Services to replace and construct new North and South Wells at the Pahranagat National Wildlife Refuge in Nevada. The project entails drilling, casing, developing, and testing water quality for both wells, as well as installing pumps and necessary utilities to ensure a reliable water supply for the Refuge, which is critical for maintaining its ecological functions. The contract is expected to last approximately 2 years and 4 months, with construction activities primarily scheduled between June to September or October to February, and interested parties should contact Cindy Salazar at CindySalazar@fws.gov or 503-872-2832 for further details. This opportunity is set aside for small businesses under the SBA guidelines, with a NAICS code of 237110 for Water and Sewer Line and Related Structures Construction.