NM-BITTER LAKE NWR-EQUIP BLDG INSTALL
ID: 140FC125Q0010Type: Solicitation
AwardedApr 22, 2025
$30.6K$30,601
AwardeeFrom Rock Bottom to The Top Services LLC 102 VIA GOLONDRINA Glencoe NM 88324 USA
Award #:140FC125P0010
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 3Falls Church, VA, 22041, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

Set Aside

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

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a prefabricated shade structure at Bitter Lake National Wildlife Refuge in Chavez County, New Mexico. The project aims to enhance outdoor facilities within the refuge, aligning with conservation and community engagement objectives, with a construction budget estimated between $0 and $40,000. Interested contractors should note that this opportunity is set aside for small businesses, with a size standard of 750 employees, and must comply with wage determinations under the Davis-Bacon Act, which mandates a minimum wage of $17.75 per hour for workers on this project. Proposals are due by the specified deadline, and interested parties can contact Tiffannie Pannell at tiffannie_pannell@fws.gov or by phone at 505-248-6792 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines provisions related to the procurement of telecommunications and video surveillance equipment or services in compliance with the John S. McCain National Defense Authorization Act of 2019. It mandates that contractors provide representations regarding the use of covered telecommunications equipment and services, prohibiting federal agencies from contracting with entities that rely on such technology as essential components of their systems. The document also details procedural guidelines for offerors to disclose their use of telecommunications equipment, including requirements for providing information about the manufacturers and usage of covered equipment and services. Additionally, the document addresses limitations on subcontracting, emphasizing that for contracts awarded to small businesses, no more than 50% of the contract value can be paid to subcontractors that are not similarly situated entities. This restriction helps ensure that small businesses share contract benefits effectively while preserving the integrity and intent of the procurement process. Overall, the information serves to promote compliance, transparency, and efficiency in government contracting, particularly in technology-related areas.
    The document outlines wage determination details for construction projects in Chaves County, New Mexico, referenced by General Decision Number NM20250014, effective March 7, 2025. It adheres to the Davis-Bacon Act, mandating minimum wage rates for workers on federal government contracts. The document specifies that contracts awarded or renewed after January 30, 2022, require workers to be paid at least $17.75 per hour. Contracts awarded before this date and not renewed require a minimum wage of $13.30 per hour. Detailed wage rates for specific occupations such as carpenters, electricians, and plumbers are provided, including classifications, rates, and applicable fringe benefits. Variations in rates for different zones based on distance from Albuquerque are also listed. The document mentions the appeal process for wage determinations and outlines additional regulations on paid sick leave under Executive Order 13706. The wage determination process is crucial for ensuring fair compensation for labor on federally funded construction projects, aligning with legal requirements and protecting workers' rights. Overall, it serves as a guideline for contractors and subcontractors to ensure compliance with federal wage laws in public building construction projects.
    The document outlines a Request for Proposal (RFP) for the installation of a new pre-fabricated steel shade structure at Bitter Lake National Wildlife Refuge (NWR). It includes a detailed breakdown of costs for various components of the project, including mobilization/demobilization, the installation of the shade structure, the construction of concrete piers, and necessary bonds/insurance. Each listed item has an estimated unit count and price, culminating in a subtotal for project costs. The structured format highlights the financial aspects essential for government contracting, reinforcing transparency and accountability in the procurement process. This project is part of broader federal efforts to enhance outdoor facilities in wildlife refuges, aligning with conservation and community engagement objectives.
    The document is an amendment for solicitation number 140FC125Q0010 regarding the installation of a Maintenance Equipment Building at Bitter Lake National Wildlife Refuge. The amendment outlines the procedures for acknowledging receipt and making changes to offers submitted, specifying methods for acknowledgment, including a requirement for prior receipt before the specified deadline to avoid rejection. Key points include the estimated construction magnitude of $0 to $40,000, the contracting officer's contact details, and the addition of a "Shade Structure Bid Sheet" to the solicitation. The performance period for the project is slated from December 1, 2024, to July 31, 2025. This document serves to clarify modifications to the initial solicitation and ensure that all potential contractors are aware of the changes necessary to submit their offers effectively. The formal process reflects the regulatory framework governing federal contracts, ensuring transparency and compliance with procurement practices. Overall, this amendment aims to facilitate the bidding process while providing clarity to interested vendors.
    Lifecycle
    Similar Opportunities
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    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.
    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.
    Water System Upgrades Santa Fe National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Water System Upgrades project at the Santa Fe National Forest, located in Pecos, New Mexico. This project involves the replacement of three drinking water systems at high-use recreation sites: Jacks Creek Campground, Field Tract Campground, and the Panchuela Administrative Site, requiring comprehensive demolition and installation of new infrastructure. The upgrades are crucial for ensuring safe and reliable water supply for recreational use and administrative functions in the area. Interested contractors should note that proposals are due by December 17, 2025, with an estimated contract value between $500,000 and $1,000,000, and are encouraged to contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    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.
    ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of an above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank on an existing concrete pad, and reconnection of supply lines and equipment for an emergency generator. This upgrade is crucial for maintaining safe and compliant operations at the hatchery, which will continue during the project, necessitating careful coordination with the hatchery's point of contact. Interested contractors should note that the estimated construction cost ranges from $25,000 to $100,000, with a firm-fixed-price contract anticipated to be awarded in July 2025. A site visit is scheduled for January 7, 2026, and all questions must be submitted by January 8, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    New Mexico Forest Engineering and Road Maintenance (FERM)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the New Mexico Forest Engineering and Road Maintenance (FERM) project, aimed at road maintenance and construction within the New Mexico National Forest areas, including the Carson, Cibola, Gila, Lincoln, Santa Fe, and Kiowa Forests. The procurement seeks to establish Blanket Purchase Agreements (BPAs) for various services, including construction, emergency work, and complex maintenance tasks, with a strong emphasis on sustainable practices and compliance with federal regulations. This initiative is crucial for maintaining infrastructure and supporting environmental stewardship in national forests, ultimately benefiting local communities and ecosystems. Interested vendors, particularly small businesses, are encouraged to submit their proposals, with inquiries directed to Chad A.T. Bullock at chad.bullock@usda.gov or Joey Korst at joseph.korst@usda.gov, as the solicitation remains open for continuous submissions.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    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.