MN-CRANE MEADOWS NWR-ROLL OFF DUMPSTERS
ID: 140FS225Q0055Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Solid Waste Collection (562111)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

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

    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide roll-off dumpsters for the Pappenfus Demolition Project at Crane Meadows National Wildlife Refuge in Little Falls, Minnesota. The procurement involves supplying approximately 15 roll-off boxes, each with a capacity of 30 yards, to manage an estimated 330 cubic yards of demolition debris resulting from the removal of structures on-site. This project is crucial for maintaining the integrity of the wildlife refuge while responsibly managing construction activities, ensuring minimal environmental impact during the demolition process. Quotes are due by February 17, 2025, with the contract period running from March 1, 2025, to September 1, 2025. Interested contractors can contact Renee Babineau at renee_babineau@fws.gov or call 404-679-7349 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (USFWS) is seeking contractors to supply roll-off dumpsters for the Pappenfus Demolition Project at Crane Meadows National Wildlife Refuge in Little Falls, MN. This project involves the removal of a house, garage, and woodshed, necessitating approximately 15 roll-off boxes to manage an estimated 330 cubic yards of demolition debris. Key responsibilities for the contractor include providing 30-yard dumpsters, coordinating removal and transport to the landfill, ensuring equipment maintenance, and adhering to safety protocols, such as the prohibition of firearms and alcohol on site. The project is scheduled to run from March 1, 2025, to September 1, 2025, with active working hours set from 8 AM to 4 PM. The document underscores the importance of preserving the refuge’s environment during demolition, including minimizing tree damage. The USFWS will assist with site access, and primary contacts for the project are listed for coordination. This procurement process represents the government's commitment to maintaining wildlife habitats while responsibly managing construction activities within protected areas.
    The document outlines the Wage Determination No. 2015-4957 from the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and fringe benefits for various occupations in Minnesota. Effective for contracts awarded on or after January 30, 2022, the document mandates a minimum wage of at least $17.75 per hour, following Executive Order 14026, while older contracts without renewal provisions initialize at $13.30 hourly as per Executive Order 13658. It specifies wages for over 200 job classifications, including administrative, automotive, food service, and healthcare roles, along with associated fringe benefits. The determination also highlights contractor obligations regarding paid sick leave, vacations, and holidays. Additional provisions cover compliance for unlisted job classifications through a conformance process, ensuring appropriate wage rates are established by the Wage and Hour Division. Through this document, the Department of Labor aims to uphold fair labor standards for employees engaged in federally contracted services, particularly in the specified Minnesota counties, ensuring both compliance and worker protection in federal contracting scenarios.
    The document is a Request for Quotation (RFQ) related to the rental and service of roll-off dumpsters for a demolition project at Crane Meadows National Wildlife Refuge in Little Falls, Minnesota. The RFQ number is 140FS225Q0055, and it is set aside for small businesses, specifically for a total small business set-aside contract. The project requires the provision of 30-yard roll-off boxes for an estimated 330 cubic yards of demolition materials from the removal of structures on-site. Prospective contractors must comply with various requirements, including maintaining equipment in good working order, transporting materials safely, and adhering to guidelines to prevent damage to the environment and existing vegetation. The contract period spans from March 3, 2025, to September 1, 2025, with the quotes due by February 17, 2025. There are stringent evaluation criteria for the selection of contractors, based on the ability to meet the statement of work and price considerations. The RFQ references numerous federal acquisition regulations (FAR) pertinent to service contracts and compliance requirements. The document emphasizes the necessity of electronic invoicing procedures and sets out terms for contractor obligations, including labor standards and safety protocols.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    WI-GREEN BAY FWCO- TRAILER MOVING SERVICES
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide trailer moving services for fish tagging operations. The contract involves the transportation of five fish trailers to various hatcheries across multiple states, with services required from February 27, 2025, to December 30, 2025. This initiative is critical for enhancing operational efficiencies in wildlife conservation efforts, particularly in the management of aquatic resources. Interested bidders must submit their proposals by February 21, 2025, including a completed Standard Form 1449 and a detailed pricing spreadsheet, and can direct inquiries to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    Asbestos Abatement at Moosehorn NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking contractors for the asbestos abatement project at Moosehorn National Wildlife Refuge in Baring, Maine. The project involves the removal and disposal of approximately 1,035 square feet of asbestos-containing shingles from the Quarters 20 Garage, with strict adherence to state regulations and environmental safety protocols. This initiative is crucial for maintaining a safe and compliant environment within the refuge, ensuring the health of both workers and wildlife. Interested contractors should note that bids are due by February 21, 2025, with a total project cost estimated to be under $25,000, and can contact William Koski at williamkoski@fws.gov for further information.
    MN DETROIT LAKES WMD TRUCK UPFIT
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors for the upfitting of a 2025 Chevrolet 3500 DRW vehicle for the Detroit Lakes Wetland Management District. The procurement involves modifications that must comply with Department of Transportation regulations and include specific components such as a flatbed, rear hitch, and toolboxes, all of which must be readily available off-the-shelf items. This contract is crucial for enhancing the operational capabilities of the Wetland Management District, ensuring that the vehicle meets the necessary standards for functionality and safety. Interested small businesses must submit detailed quotations by January 27, 2025, and can contact Jeremy Riva at jeremyriva@fws.gov or 240-381-7321 for further information.
    ASPHALT REPAIR AT BIG BRANCH MARSH NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for asphalt repair at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project entails a firm fixed-price construction contract with an estimated cost between $25,000 and $100,000, focusing on the cleaning, repair, sealing, and striping of asphalt surfaces that are over 18 years old. This initiative is crucial for maintaining the infrastructure of national wildlife refuges, ensuring both environmental protection and safety compliance during operations. Interested contractors must submit their offers by adhering to the specified guidelines, with the project timeline set from March 1, 2025, to November 30, 2025. For further inquiries, contact Khanhthong Moody at KhanhthongMoody@fws.gov or call 404-679-4022.
    LEVEE SYPHONS CLEANING AT FWS BAYOU SAUVAGE NWR
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the cleaning of eight 18-inch syphons located in the Maxent Levee North at the Bayou Sauvage National Wildlife Refuge in Lacombe, Louisiana. Contractors are required to provide all necessary labor, materials, and equipment to achieve a minimum of 95% blockage removal from the syphons, which includes clearing debris, roots, and soil deposits, as well as vegetation around syphon entries and exits. This project is crucial for maintaining the ecological integrity of the wildlife refuge and ensuring effective water management within the area. Interested small businesses must submit their proposals by February 7, 2025, and can contact Chantal Bashizi at chantalbashizi@fws.gov or 703-358-1854 for further details.
    F--IL-CRAB ORCHARD NWR-LUST PROJECT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the Leaking Underground Storage Tank (LUST) Project at Crab Orchard National Wildlife Refuge in Marion, Illinois. The procurement involves testing and report writing to address environmental remediation requirements, specifically for LUST Number 941970, with a focus on developing a sampling plan that meets Illinois Environmental Protection Agency (ILEPA) standards. This project is critical for ensuring environmental safety and compliance, as it addresses potential contamination from leaking storage tanks. Interested small businesses must submit their quotes by February 14, 2025, and can direct inquiries to Lydia Patrick at lydiapatrick@fws.gov or by phone at (308) 635-7851.
    WI-UPR MS RIV NATL WILDL-SITE PREPARATION
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a federal contract focused on the restoration of the Mesic Bottomland Forest at the Driftless Area National Wildlife Refuge in Wisconsin. The project aims to convert 5 to 10 acres of reed canary grass into a thriving forest habitat, enhancing the ecosystem for neotropical migratory birds and tree-roosting bats through a comprehensive four-phase service project that includes herbicide treatment, mechanical site preparation, tree and shrub planting, and post-planting maintenance. This initiative underscores the government's commitment to environmental restoration while promoting small business participation, as the solicitation is set aside entirely for small businesses. Interested contractors must conduct a mandatory site visit and submit their proposals electronically by February 13, 2025, with further inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    Dumpster Services - Construction and Metal Debris, Cape Cod Canal, Buzzards Bay, MA
    Buyer not available
    The U.S. Army Corps of Engineers - New England District is soliciting proposals for dumpster services specifically for construction and metal debris at the Cape Cod Canal in Buzzards Bay, Massachusetts. Contractors are required to provide all necessary equipment, materials, labor, and transportation to service 30-yard dumpsters, ensuring compliance with federal, state, and local regulations. This procurement is crucial for maintaining environmental standards and operational efficiency in waste management at the site. Interested vendors must have an active registration in SAM.gov and submit their quotes by January 27, 2025, with the contract expected to run through January 31, 2026, and potential extensions until January 31, 2028. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
    F--CA-KERN NWR-SALT CEDAR REMOVAL
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a sawyer crew for the removal of invasive salt cedar trees at the Kern National Wildlife Refuge in California. The project involves clearing specified areas of 18, 25, or 30 net acres, with work scheduled from March 17, 2025, to May 30, 2025, and requires contractors to ensure that cut trees remain below 18 inches in height without piling. This initiative is part of broader efforts to enhance the ecological health of the refuge and support endangered species by managing invasive plant species. Interested contractors must submit their quotes by February 10, 2025, and can contact Roger Lockhart at rogerlockhart@fws.gov or 404-679-7124 for further information.
    J--MN FWS ARD FSHRS Fish Distribution Truck Repair BP
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking to establish a Blanket Purchase Agreement (BPA) for the repair of large diesel trucks used in fish distribution efforts across three National Fish Hatcheries in Michigan and Wisconsin. The BPA, valued at up to $250,000, will cover a five-year period from April 1, 2025, to March 30, 2030, and aims to ensure the operational readiness of the fleet by providing necessary diagnostics and repair services. This initiative is crucial for maintaining transportation resources essential for wildlife conservation and restoration efforts in the Great Lakes region. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.