N--WI-GENOA NFH-GENERATOR INSTALLATION
ID: 140FC225Q0025Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

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 bids for the installation of electrical services related to a government-supplied generator and transfer switch at the Genoa National Fish Hatchery in Wisconsin. The project aims to provide backup power to the Coldwater North Fish Production Building and the Main Office Building, ensuring operational reliability during power outages. This procurement is crucial for supporting conservation efforts and maintaining the hatchery's functions, with a total project value under $25,000. Interested contractors must submit sealed bids by May 16, 2025, and are encouraged to attend a site visit on May 7, 2025, for further insights into the project requirements. For inquiries, contact Bill Koski at william_koski@fws.gov.

    Point(s) of Contact
    Koski, William
    william_koski@fws.gov
    Files
    Title
    Posted
    The US Fish and Wildlife Service is addressing electrical requirements for the Genoa National Fish Hatchery, including backup power solutions during outages. A Generac 48kW generator with an automatic transfer switch has been procured for use in both the office and CWN buildings, with specific electrical service details provided. The document outlines the arrangement for two electrical services—one for each building—eventually to be combined into a single meter. Information is also requested regarding the gas meter, which is absent, as a 500-gallon LP tank is proposed for installation adjacent to the generator. Key electrical specifications include circuit counts, main breaker amperage, and voltage configurations, with guidance on obtaining load calculations from existing building permits. The scope of work includes collaboration with local utility company Vernon Electric Cooperative for further clarification. Overall, this document serves as a crucial resource for ensuring adequate electrical infrastructure and safety measures at the hatchery.
    The document outlines an amendment (No. 1) to a solicitation (140FC225Q0025) related to a federal construction project in Falls Church, VA. It specifies that offers must acknowledge receipt of the amendment by one of several methods to avoid rejection. The amendment modifies the original solicitation, particularly in terms of the statement of work (SOW), applicable clauses, and wage rates for the project. The stipulated period of performance for the project is set from June 15, 2025, to August 31, 2025. The document also details administrative changes, such as the necessity for the contractor to sign and return copies of the document, as well as overarching terms and conditions remaining in full force. This amendment serves as a critical update to potential offerors, ensuring they are aware of new requirements and the timeline for their submissions.
    The document describes an amendment to a solicitation, specifically amendment number 2 for solicitation number 140FC225Q0025, which includes important procedural guidelines for contractors. It requires the acknowledgment of receipt of the amendment to be submitted before the specified deadline, by one of three methods outlined within the text. The amendment modifies the terms of the original solicitation, providing necessary updates, including a Questions and Answers section and adjusting the period of performance from June 15, 2025, to August 31, 2025. The document reinforces that while this amendment makes specific changes, all other terms and conditions of the existing solicitation remain unchanged. Proper acknowledgment is essential for the validity of offers, and the amendment serves to ensure clear communication and compliance among all involved parties. This reflects the government's aim to maintain orderly procurement processes in federal contracting.
    The document is a solicitation for an Invitation for Bid (IFB) concerning the installation and connection of electrical services to government-supplied generators and transfer switches for backup power at the Coldwater North Fish Production Building and the Main Office Building at the Genoa National Fish Hatchery in Wisconsin. The solicitation No. is 140FC225Q0025, and bids are due by May 16, 2025. A site visit is scheduled for May 7, 2025, at 10:00 AM CDT, with a point of contact for inquiries being Bill Koski, who can also accept the bids. The project has a value under $25,000 and requires that the contractor begins performance within 30 calendar days of receiving the notice to proceed, completing the work by August 31, 2025. Offerors are expected to submit sealed bids by the specified deadline with details clearly marked in their submissions. The document outlines general requirements, including performance and payment bonds, and specifies that offers failing to meet submission guidelines or deadlines will be rejected. Overall, the solicitation aims to procure essential electrical installation services to ensure proper backup power for the facility's operations.
    The United States Fish and Wildlife Service is issuing a Request for Proposals (RFP) for electrical work at the Genoa National Fish Hatchery. The project involves wiring a government-supplied generator and transfer switch to provide backup power to the Coldwater North Fish Production Building and the Main Office Building. The scope includes trenching, installation of electrical conduits, connecting the generator, and conducting load tests to ensure proper functioning during power interruptions. The contractor is responsible for all labor, materials, and compliance with OSHA and environmental regulations while coordinating with local utility providers. The project has a performance period from June 15 to August 31, 2025, and contractors are encouraged to visit the site prior to bidding. Government-provided materials include the generator, transfer switch, propane tank, and related hoses. The contractor must adhere to greening policies, and all work must ensure the safety of fish in nearby ponds. The document outlines various requirements such as inspection, procurement of materials, and compliance with the Buy American Act. This procurement is vital for ensuring operational reliability at the hatchery, supporting conservation efforts through efficient power management.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    AK SAIC ANCHORAGE HYDRATION STATION
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the selected contractor to provide all necessary labor, materials, tools, and equipment, ensuring compliance with local building codes and federal regulations, including environmental and historical preservation standards. This installation is crucial for enhancing operational efficiency and ensuring the well-being of personnel at the facility. The total construction cost is estimated to be less than $25,000, with a completion deadline set for December 31, 2025. Interested contractors can reach out to Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792 for further details.
    Y--Hungry Horse Excitation System Replacement
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting proposals for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement aims to replace the excitation system equipment, with a contract value anticipated between $5 million and $15 million, and is exclusively set aside for small businesses under NAICS code 237990. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical generation capabilities. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to attend a pre-bid site visit on October 1, 2025. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    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.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC panel boards at Powerhouse 1 and 2 located at Fort Peck Dam in Montana. This project entails the comprehensive replacement of specified electrical equipment, including the Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, with an estimated construction cost ranging from $1,000,000 to $5,000,000. The work is critical for maintaining the operational integrity of the powerhouses and ensuring compliance with safety and quality standards. Proposals are due by December 19, 2025, and interested contractors must register on SAM.gov to access solicitation documents and submit their bids electronically. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Brandie Murphy at Brandie.L.murphy@usace.army.mil.
    Fish Barrier Admin Wing and Bathroom Remodel
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers - Chicago District, is seeking qualified vendors to remodel and upgrade the administrative wing and bathrooms at the fish barrier located in Lockport, Illinois. The project includes tasks such as painting walls, installing floor and wall tiles, toilet partitions, and a vanity. This procurement is crucial for maintaining the facility's operational standards and ensuring a functional workspace for personnel. Interested small businesses must submit their quotes electronically via the Procurement Integrated Enterprise Environment (PIEE) by 1:00 PM Central Time on December 22, 2025, with an estimated award date in January 2026. For inquiries, vendors can contact James Parizek at james.p.parizek@usace.army.mil or 312-846-5585.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    Replace Medium Voltage Cutoff Switches PSN 16677450
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of medium voltage cutoff switches at Joint Base Cape Cod in Buzzards Bay, Massachusetts. The project involves design-build services to replace two 5KV distribution switches, along with all incidental wiring and related work, ensuring compliance with current state and federal codes and industry best practices. This procurement is crucial for maintaining operational efficiency and safety within the electrical distribution system at the facility. Interested vendors must submit their intent to propose, bonding capacity, small business designation, and evidence of prior relevant work by December 17, 2025, with a contract value estimated between $250,000 and $500,000. For inquiries, contact Christopher L. Hunsberger at Christopher.L.Hunsberger2@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Wavedivision Holdings, LLC, doing business as Astound Business Solutions, for the provision of monthly fiber optic internet service at the Little White Salmon National Fish Hatchery in Cook, Washington. This procurement is necessary due to the facility's current extremely slow internet speeds, and Astound is the only provider capable of delivering the required service, as they own the existing fiber network and do not allow other providers to utilize it. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until December 9, 2025, to express their interest and capability to respond to this requirement. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.