LEVEE SYPHONS CLEANING AT FWS BAYOU SAUVAGE NWR
ID: 140FS325Q0034Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINTENANCE OF DAMS (Z1KA)

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 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 chantal_bashizi@fws.gov or 703-358-1854 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of the Interior is soliciting proposals for the cleaning of eight 18-inch syphons located in the Maxent Levee North on the Bayou Sauvage Urban National Wildlife Refuge. Contractors are required to provide all necessary labor, materials, and equipment to effectively clean the syphons, ensuring a minimum of 95% blockage removal, which includes debris, roots, and soil deposits. The project also includes associated tasks such as vegetation clearing around syphon entries and exits. Contractors must possess a minimum of five years’ experience in similar work and submit references from previous clients. The project specifies detailed equipment requirements, including hydraulically propelled cleaning tools, high-velocity jet equipment, and mechanical cleaning machines capable of efficient operation. Cleaning operations must utilize appropriate methodologies and meet standards set by the Refuge Representative, with on-site water available for cleaning duties. The document emphasizes maintaining work areas in a clean condition post-operation, highlighting the Federal government's commitment to environmental stewardship and infrastructure maintenance. This RFP represents an opportunity for qualified contractors to engage in essential ecological management for federal wildlife resources.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and occupational classifications for federal contractors in Louisiana. Effective for contracts initiated or renewed after January 30, 2022, the minimum wage is set at $17.75 per hour, as mandated by Executive Order 14026, with a lower rate of $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, under Executive Order 13658. It encompasses various job classifications, including administrative, automotive, healthcare, and technical occupations, specifying hourly wage rates and fringe benefits. Specific requirements include health and welfare benefits of $5.36 per hour and established vacation and holiday entitlements. Occupations not explicitly listed can be conformed to existing classifications, ensuring compliance with labor laws. The summary underscores the government’s efforts to ensure fair compensation for workers on federal contracts and adherence to labor standards while informing contractors of their obligations under specified executive orders.
    The government document pertains to a Request for Quotation (RFQ) issued for levee cleaning services at the U.S. Fish and Wildlife Service's Bayou Sauvage National Wildlife Refuge in Lacombe, Louisiana. The RFQ outlines a firm fixed-price contract specifically set aside for small businesses, indicating a focus on domestic suppliers. It requests quotes to clear vegetation and unclog eight drainage syphons within the Maxent Levee North area, with a response deadline of February 7, 2025. The delivery and service period is from February 4, 2025, to February 7, 2025. Interested vendors are encouraged to review the attached Statement of Work and submit their proposals via email, including their Unique Entity Identifier (UEI) number. A site visit can be arranged upon request, providing potential contractors with an opportunity to assess the work site prior to quoting. The document is structured to facilitate a straightforward submission process for interested parties, emphasizing the procurement's urgency and importance in maintaining wildlife habitat. Overall, it calls for efficient and effective service to support environmental management efforts within the refuge.
    This government file outlines the requirements and evaluation criteria for contracts related to commercial products and services. The main purpose is to establish a clear process for awarding contracts based on the most advantageous offers, emphasizing factors such as price, specifications, past performance, and technical capability. Contracts will be evaluated by adding the total prices, and awards can be structured to encourage small business participation through various Federal Acquisition Regulation (FAR) clauses. Key sections include instructions for offerors, evaluation criteria, clauses for contract terms, and details regarding electronic invoicing and payment procedures. Compliance with numerous statutes and executive orders concerning fairness, labor standards, and ethical conduct is mandated. Specific clauses prohibit contracting with entities engaged in restricted activities, ensure compliance with labor laws, and address environmental considerations. The document is structured in numbered sections detailing provisions, terms, and procedural requirements, creating a comprehensive framework for government contracting. This aligns with federal efforts to promote transparency, competitiveness, and support for small businesses in contract bidding processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    S--LA-SPEC AGNT-LACOMBE-JANITORIAL SERVICE
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for janitorial services at their Lacombe, Louisiana office under solicitation number 140FS325Q0027. The contract encompasses a base year with four optional renewal years, requiring the contractor to maintain cleanliness across approximately 2,609 square feet, including various flooring types and restroom facilities, while adhering to specified performance standards and safety regulations. This procurement is crucial for ensuring a clean and conducive work environment, reflecting the government's commitment to regulatory compliance and efficient resource use. Interested small businesses must submit their proposals by February 6, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 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.
    56--FWS LA BAYOU SAUVAGE NWR LIMESTONE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the supply, delivery, spreading, and grading of approximately 500 tons of 610 Kentucky blue/gray limestone at the Bayou Sauvage Urban National Wildlife Refuge in New Orleans, Louisiana. The procurement is designated as a Total Small Business Set-Aside, emphasizing the importance of engaging small businesses in federal contracting opportunities. This limestone will be utilized to enhance the parking lot at the refuge, ensuring proper grading and depth for effective use. Interested vendors must submit their quotations by January 30, 2025, with inquiries directed to Contract Specialist Lee Ann Riley by January 23, 2025. The anticipated period of performance for the contract is from February 6 to March 31, 2025, and all submissions must comply with the outlined requirements, including registration in the System for Award Management (SAM).
    LA-BIG BRANCH MARSH NWR-HURRICANE SHUTTE
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting proposals for the installation of hurricane shutters at the Big Branch Marsh National Wildlife Refuge Administration building in Lacombe, Louisiana. The project requires contractors to supply heavy-duty, impact-resistant rolling shutters, relocate existing electrical and air conditioning components, and ensure compliance with federal, state, and local building codes and safety regulations. This initiative is crucial for enhancing the facility's hurricane preparedness and infrastructure resilience. Interested small businesses must submit their proposals, including a lump-sum pricing breakdown, within the specified timeline of 120 calendar days after receiving the Notice to Proceed. For inquiries, contractors can contact Micah Holmes at micahholmes@fws.gov.
    M--CLEAN AND INSPECT CULVERTS - PINE ISLAND
    Buyer not available
    The National Park Service, under the Department of the Interior, is seeking qualified contractors to clean and inspect 110 culverts in the Pine Island District of Everglades National Park. The project aims to preserve the park's infrastructure and maintain water flow by removing sediment, vegetation, and debris from each culvert, followed by comprehensive inspections and reporting on potential repairs and structural integrity. This procurement is crucial for ensuring environmental compliance and protecting threatened species within the park. Interested small businesses must attend a site visit on February 13, 2025, confirm attendance by February 12, 2025, and submit quotations by 5:00 PM EST on February 19, 2025. For further inquiries, contact Noelli Medina at NoelliMedina@nps.gov or call 470-819-0940.
    Z--NV-DESERT NWRC-WHIN-MARSH LEVEE REPAIR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking responses for the WHIN Marsh Levee Repair Project at the Pahranagat National Wildlife Refuge in Alamo, Nevada. This project involves the repair of the WHIN Marsh levee system, which is crucial for habitat management for migratory birds, particularly waterfowl, and includes the replacement of four water control structures and the design of a three-foot wide aluminum access catwalk with safety features. The initiative underscores the USFWS's commitment to wetland management and habitat preservation, with a primary NAICS code of 237990 and a size standard of $45 million. Interested businesses are encouraged to submit their Unique Entity Identifier (UEI), business type, and a document detailing their capabilities by February 7, 2025, to Shannon Barnhill at shannonbarnhill@fws.gov.
    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.
    B--USFWS - KOFA National Wildlife Refuge, Yuma, AZ
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide professional consulting and engineering services for a Non-time Critical Removal Action at five abandoned mine sites within the Kofa National Wildlife Refuge in Yuma, Arizona. The objective is to develop a comprehensive removal action design to address environmental hazards, specifically targeting hazardous substance releases, including elevated levels of metals such as mercury and lead. This initiative is crucial for restoring and protecting the environment and wildlife habitats affected by historical mining activities. Interested small businesses must submit their responses, including a Unique Entity Identifier and relevant project experience, by February 12, 2025, with the solicitation expected to be released on March 1, 2025. For further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
    91--LA-SELA REFUGES-SET-UP-BULK FUEL BPA
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to establish a Bulk Fuel Blanket Purchase Agreement (BPA) for the Southeast Louisiana Refuges. The procurement involves the supply and delivery of off-road diesel and unleaded gasoline, with minimum delivery requirements of 200 gallons and maximums of 4,000 gallons per order, over a contract period extending from February 1, 2025, to January 31, 2030. This BPA is crucial for ensuring reliable fuel supply for refuge operations, adhering to National Fuel Quality Standards, and maintaining compliance with federal procurement regulations. Interested small businesses must submit their quotations by February 10, 2025, and direct inquiries to Merenica Banks at merenicabanks@fws.gov.
    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.