WY-JACKSON NFH-SEPTIC SYSTEM
ID: 140FC124R0065Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 1Falls Church, VA, 22041, USA

NAICS

Site Preparation Contractors (238910)

PSC

CONSTRUCTION OF SEWAGE AND WASTE FACILITIES (Y1ND)

Set Aside

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

    The U.S. Fish and Wildlife Service is soliciting bids for the construction of a 2000-gallon, 3-stage concrete septic system at the Jackson National Fish Hatchery in Wyoming. The project aims to enhance waste management services for the Volunteer Complex, which includes RV pads and a volunteer bunkhouse, in compliance with federal and local regulations. This initiative is critical for maintaining public health standards and supporting environmental preservation efforts at the hatchery site. Interested contractors must submit their proposals, including all required documentation, by September 19, 2024, at 5:00 PM EDT, and are encouraged to contact John Ferrall at john_ferrall@fws.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Statement of Work (SOW) for the construction of a 2000-gallon, 3-stage concrete septic tank at the Jackson National Fish Hatchery (NFH) in Wyoming. Its primary purpose is to provide septic service for the Volunteer Complex, including RV pads and a volunteer bunkhouse. The contractor must be licensed for both construction and transportation of the tank, adhering to all relevant federal, state, and local regulations. The work location is established at the Jackson NFH, with a completion target near September 15, 2024, to accommodate volunteer activities. The contractor is responsible for providing and transporting the septic system, conducting site excavation per Teton County specifications, and installing all necessary components, such as the alarm system and pump. Deliverables include a fully operational septic tank and associated materials. Government support will be available in the form of restrooms, electricity, and water during construction. Contractor performance will be evaluated by U.S. Fish and Wildlife representatives, ensuring compliance with quality control standards. The SOW outlines the roles of Sean Henderson and Kris Johnson as the primary and secondary technical coordinators for the project, respectively. This document reflects the government’s methodical approach to carrying out essential infrastructure projects necessary for wildlife service operations.
    The document outlines a Small Wastewater Facility Permit application by Sean Henderson for the Jackson Hatchery septic system, owned by the U.S. Fish and Wildlife Service. The permit authorizes the construction, modification, and operation of a new septic system designed to accommodate 4 RV pads and 2 studio apartments, with a total capacity of 640 gallons per day. The proposed system will utilize a private well for drinking water and consists of a 2000-gallon septic tank, with specific percolation rates documented for soil testing. Key conditions for the permit include restrictions on chemical disinfectants for recreational vehicles, required leakage testing of the septic tank, and verification by a design engineer that the facility meets approved plans before final acceptance. The document also includes a checklist for compliance with various regulations related to the installation and management of the septic system. The permit is valid from September 3, 2024, to September 3, 2025, reflecting the government's oversight during the project's development, ensuring environmental safety and regulatory compliance as part of local and federal guidelines.
    This document is a collection of various government requests for proposals (RFPs) and grants at federal, state, and local levels. It outlines the procurement processes and funding opportunities available for specific projects and initiatives. Key topics include project eligibility, application requirements, deadlines, and funding amounts, which vary depending on the type of grant or solicitation. The structure includes sections detailing processes for submitting proposals, criteria for evaluation, and guidelines for compliance with federal and state regulations. Additionally, there are references to specific project types, highlighting community development and infrastructure enhancements as focal areas for funding. The overarching aim is to facilitate the allocation of government resources towards initiatives that align with policy objectives while ensuring transparency and accountability in the funding process. Understanding these RFPs and grants is vital for organizations seeking to leverage governmental support for community or developmental projects.
    The document outlines a proposed sewage system installation project located at the National Fish Hatchery in Jackson, involving multiple construction tasks to enhance waste management. Key components include the installation of a 114-foot long Schedule 40 PVC sewer main, a 2,000-gallon three-compartment septic tank with pump and controls, and various sewer service connections for recreational vehicles (RVs). The project also specifies the installation of perforated laterals for drainage, cleanouts on all service lines, and defined distances for well clearance. Additionally, features such as a concrete distribution box, treated posts for control panels, and detailed trench layouts are provided to ensure proper execution and compliance with sanitary regulations. This initiative appears to support federal and local RFP compliance aimed at improving facility infrastructure and public health standards, particularly in the context of environmental and ecological preservation at the fish hatchery site.
    This document is an amendment to solicitation number 140FC124R0065 regarding the construction of a septic system at the Jackson National Fish Hatchery. The amendment addresses specific Requests for Information (RFIs) raised by contractors, providing updated engineering drawings and noting that a previously filed permit is under review by Teton County. The key points include a revised proposal submission deadline of September 4, 2024, by 5:00 pm EDT, and the requirement for contractors to acknowledge receipt of the amendment. The amendment also details administrative instructions, including the necessity for documentation and communication regarding any changes to previously submitted offers. The modifications are authorized under FAR 43.103(b), ensuring that all terms remain in effect except for those specifically changed in this document. Overall, this amendment serves to clarify project specifications and deadlines while reinforcing compliance and communication protocols for the bidding process in federal contracts.
    The government file discusses an amendment to a Request for Proposal (RFP) for the Jackson National Fish Hatchery septic system project, designated by solicitation number 140FC124R0065. Due to the absence of proposals received by the original deadline of September 4, 2024, the U.S. Fish and Wildlife Service has extended the submission date to September 19, 2024, by 5:00 PM EDT. Interested contractors must acknowledge receipt of this amendment when submitting their proposals, using specified methods to ensure compliance. The amendment serves to facilitate participation in the solicitation process by providing additional time for potential bidders to submit offers. An attachment includes the approved septic permit from Teton County, Wyoming. The document emphasizes the importance of timely acknowledgment of amendments to avoid rejection of proposals and maintains all other terms and conditions of the original solicitation remain effective.
    The U.S. Fish and Wildlife Service is seeking bids for the construction project at Jackson National Fish Hatchery to install a 2000-gallon, 3-stage concrete septic system. This project is designated as a 100% Total Small Business Set-Aside solicitation, evaluated through a Lowest-Price Technically Acceptable process. Contractors must submit sealed proposals by August 30, 2024, with all required documentation included. The project entails the delivery and installation of the septic tank, excavation, and connection of the electrical components. The contractor is expected to commence work within five calendar days post-notice to proceed and complete the project within thirty calendar days, with adequate quality control measures implemented throughout. A Payment Bond is required, and proposals must comply with the outlined submission protocols, including registration in the System for Award Management (SAM). The contract emphasizes safety compliance, adherence to federal regulations, including environmental considerations, and the importance of keeping accurate records of all project alterations. This solicitation reflects the government's commitment to contracting with small businesses while ensuring adherence to high construction and regulatory standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, measuring approximately 54' x 110', with specific engineering requirements for snow and wind loads. This initiative aims to enhance the facility's operational capacity and support fish stocking programs, reflecting the government's commitment to environmental conservation. Interested contractors must submit proposals by September 26, 2024, and are encouraged to attend a site visit on September 9, 2024; inquiries can be directed to Nicole Johnson at nicolecjohnson@fws.gov.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide construction services valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    56--AR - NORFORK HATCHERY COLUMN AERATION UNITS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is conducting a Sources Sought Notice for the procurement of oxygenation equipment and aluminum packed columns for the Norfork National Fish Hatchery in Mountain Home, Arkansas. The anticipated contract will involve supplying vertical column aeration units, stands, and fill material, specifically designed to remove volatile organic compounds (VOCs) from water through air stripping processes. This equipment is crucial for maintaining water quality in aquaculture environments, ensuring the health and sustainability of fish populations. Interested businesses are invited to respond by providing their Unique Entity Identifier (UEI), relevant NAICS codes, and documentation of past projects similar to the requirements outlined, with responses due by September 8, 2024, at 5:00 PM ET. For further inquiries, contact Tina Baker at tinabaker@fws.gov.
    Y--GAOA - Design Build Wastewater Treatment System at
    Active
    Interior, Department Of The
    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 samanthalague@fws.gov or by phone at 413-253-8349.
    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.
    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--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated infrastructure, including an intake structure, pump systems, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam operations. Interested contractors must submit their proposals by September 10, 2024, and are encouraged to attend a pre-bid site visit on August 28, 2024; for further inquiries, they can contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.gov.
    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.
    Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a project to deliver and spread gravel at the Hanford Reach National Monument, with a focus on reinforcing roads around the Wahluke Pond for fire management purposes. Contractors are required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to spreading, with the work to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, emphasizing the government's commitment to environmental stewardship. Interested contractors must submit their proposals by October 11, 2024, with the project budget set at under $25,000; for further inquiries, contact Thomas Ikner at thomasikner@fws.gov.