OK DEEP FORK NWR CULVERT BOX
ID: 140FC225Q0017Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2025, 5:00 PM UTC
Description

The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the construction of a box culvert at the Deep Fork National Wildlife Refuge in Okmulgee County, Oklahoma. The project involves the installation of concrete structures, including box culverts and approach drives, while ensuring compliance with environmental regulations and federal standards. This initiative is crucial for enhancing infrastructure at national wildlife refuges while promoting habitat protection and sustainability. Interested small businesses must submit sealed offers by the specified deadlines, with the anticipated contract value ranging from $100,000 to $250,000, and work expected to commence by June 10, 2025, and conclude by October 10, 2025. For further inquiries, contact Christa Garrigas at christa_garrigas@fws.gov or call 325-261-4143.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 4:06 PM UTC
The Deep Fork National Wildlife Refuge is initiating a project to construct a box culvert on Montezuma Creek in Okmulgee County, Oklahoma. The work involves labor, materials, and equipment to install concrete structures, including box culverts and approach drives, while managing site clearing and creek diversion. Contractors must visit the site to understand existing conditions before submitting quotes, with construction scheduled between July and mid-October to avoid conflicts with inclement weather and hunting activities. Key requirements for contractors include adherence to specific regulatory codes, quality assurance standards, and submission of various documentation like shop drawings and safety plans. The project emphasizes environmental protection, requiring contractors to safeguard existing vegetation and to conduct safe work practices in accordance with OSHA standards. Moreover, the document outlines payment structures for mobilization, stipulates measurement and payment methods, and details the responsibilities of contractors for debris disposal and maintaining as-built drawings. Quality control will include the necessity for independent testing agencies to ensure compliance with the stringent construction standards outlined in the specifications. This project reflects the federal commitment to habitat protection while enhancing infrastructure at national wildlife refuges.
Apr 10, 2025, 4:06 PM UTC
The document outlines a detailed plan for the Natural Creek Diversion Path and associated areas, focusing on proposed construction and grading activities. It specifies various measurements, angles, and site preparations needed for the North and South Approach Drives. Key elements include clearing and reggrading the designated areas, which will involve careful handling of land to ensure proper drainage and environmental considerations. The construction plans illustrate the precise dimensions and orientations of the existing and new infrastructure to guide contractors through the expected development process. The overall intent is to enhance transportation efficiency while adhering to environmental management practices, consistent with federal and local guidelines for construction projects. The plan likely ties into broader state and federal RFPs aimed at improving ecological sustainability and infrastructure resilience.
Apr 10, 2025, 4:06 PM UTC
The document outlines specifications related to the Natural Creek Diversion Path and associated areas, which seem to pertain to a government Request for Proposal (RFP). It includes various measurements and angles indicating construction guidelines for infrastructure development in a designated zone. Key elements such as drive approaches and site grading are identified, suggesting preparation for construction modifications or environmental improvements. The data is presented through numerical values representing physical dimensions, thus requiring compliance with predefined regulations and standards. This documentation underscores the necessity for precise measurement and adherence to safety protocols during construction projects, reflecting typical requirements found in federal and local government contracts.
Apr 10, 2025, 4:06 PM UTC
The document appears to be an amalgamation of text, possibly corrupted and unreadable, providing limited discernible insights related to government RFPs, federal grants, or state/local RFPs. However, its likely focus encompasses processes associated with funding and proposals in various governmental sectors. Central themes may include descriptions of project requirements, bidding procedures, regulations governing grants, and protocols necessary for compliance with federal and state guidelines. Supporting content could outline eligibility criteria, application procedures, and financial reporting necessities for applicants. The overarching aim of such documents typically involves facilitating transparency, encouraging competition, and ensuring that awarded funds are utilized for their designated purposes effectively. Although the document is largely indecipherable, its intended function would align with the federal government’s objective of judiciously allocating resources while promoting accountability among recipients.
Apr 10, 2025, 4:06 PM UTC
The document is a solicitation for proposals (RFP) related to construction work for the Deep Fork National Wildlife Refuge Project, specifically involving the Montezuma Creek Box Culvert in Okmulgee County, Oklahoma. It outlines the requirements for bidders, including necessary performance and payment bonds, solicitation deadlines, and inspection and acceptance criteria. The anticipated contract value ranges between $100,000 and $250,000, with work expected to commence by June 10, 2025, and be completed by October 10, 2025. Key requirements include submitting sealed offers, providing detailed project schedules, and compliance with federal wage determinations. The document emphasizes the importance of adhering to environmental regulations and dealing with any hazardous materials encountered during construction. Furthermore, it mandates the use of domestic construction materials in alignment with the Buy American Act, which influences cost assessments of foreign versus domestic materials. Additionally, it highlights the necessity of considering environmental impacts, including protections for endangered species and archaeological findings. Overall, the RFP aims to ensure quality construction practices while promoting compliance with federal standards and environmental sustainability.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Y--Box Culvert Installation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the installation of a box culvert on Sandpoint Road in Pictured Rocks National Lakeshore, Michigan. The project involves constructing a 4-foot wide by 10-foot long culvert to restore natural water flow between Lake Superior and coastal wetlands, while also replacing the existing road section over the structure. This initiative is part of the government's commitment to infrastructure improvement and environmental preservation, with an estimated construction cost ranging from $500,000 to $1,000,000. Interested small businesses must acknowledge receipt of the solicitation amendment and submit bids electronically by the specified deadline, with a mandatory site visit scheduled for April 16, 2025, at 10:00 AM EDT. For further inquiries, contact Christopher Bauer at christopherbauer@nps.gov or call 330-468-2500.
OK ERFO NP CHIC 2024-1(1) Veterans Lake Trail Bridge
Buyer not available
The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the construction of the Veterans Lake Trail Bridge project in Sulphur, Oklahoma. This project aims to replace a pedestrian bridge that was destroyed by a tornado in April 2024, involving the removal of the existing submerged bridge and the construction of a new prefabricated steel truss bridge with a timber deck, approximately 130 feet long and 6 feet wide. The project is significant for enhancing recreational access within the Chickasaw National Recreation Area and is expected to commence in the Summer of 2025, with a completion date projected for June 2026. Interested small businesses must submit their bids by 2:00 p.m. on May 13, 2025, with an estimated project budget between $700,000 and $2,000,000; for further inquiries, contact Laura Vallejos or Leslie Karsten at CFLContracts@dot.gov.
Y--ND-TEWAUKON NWR-REPLACE WATER DIS SYSTEM
Buyer not available
The U.S. Fish and Wildlife Service is soliciting bids for the replacement of the water distribution system at Tewaukon National Wildlife Refuge in Cayuga, North Dakota. This project involves the complete installation of a new water distribution network, including piping, curb stops, and connections to existing infrastructure, while adhering to safety, environmental, and regulatory standards. The initiative is crucial for maintaining essential water infrastructure that supports wildlife conservation efforts and operational needs at the refuge. Interested small businesses must submit their proposals via email by April 25, 2025, with a projected contract value between $100,000 and $250,000, and can direct inquiries to John Ferrall at johnferrall@fws.gov.
Y--GA PIEDMONT NWR RESTROOM FOUNDATION
Buyer not available
The U.S. Fish and Wildlife Service is seeking contractors for the repair of restroom and shower facilities at the Piedmont National Wildlife Refuge in Hillsboro, Georgia. The project involves stabilizing the Pippins Lake Comfort Station, which has experienced significant structural deficiencies, by driving piers to support the building slab and ensuring operational status during construction. This initiative underscores the government's commitment to maintaining public resources within national wildlife refuges while adhering to strict safety and environmental regulations. Interested small businesses must submit their bids by April 10, 2025, with a total project cost estimated to be less than $25,000 and a completion deadline of June 30, 2025. For further inquiries, contractors can contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
Little Rough Run and Cold Run Culvert Replacement
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for the replacement of the Little Rough Run and Cold Run culverts within the Monongahela National Forest in West Virginia. This procurement involves a Firm Fixed Price contract that requires the contractor to provide all necessary labor, equipment, and materials to complete the culvert replacement work, including tasks such as installation of cofferdams, dewatering, excavation, and the removal of existing structures. The project is significant for maintaining infrastructure and ensuring compliance with local, federal, and state regulations. Interested small business vendors must register in the System for Award Management (SAM) and submit proposals by the anticipated solicitation release date of April 17, 2025, with a contract value estimated between $250,000 and $500,000. For inquiries, contact Paul Boucher at paul.boucher@usda.gov.
F--OR-SHELDON NWR-LOW TECH STRM RESTORATION
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for a federal contract focused on the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The project aims to enhance aquatic habitats by implementing restoration techniques that mimic natural structures, specifically along Thousand Creek and Fish Creek, with a performance period from May 1, 2025, to April 30, 2026. This initiative is crucial for improving stream health and biodiversity, aligning with federal and state environmental restoration efforts. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the construction of a new headquarters office and maintenance facility at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama, under solicitation number 140FGA25R0004. The project involves providing all necessary materials, labor, and equipment while adhering to federal, state, and local regulations, including the latest building codes. This initiative is crucial for enhancing visitor engagement and operational efficiency at the refuge, which plays a significant role in wildlife conservation and public education. Interested contractors must submit their sealed bids by April 21, 2025, and are encouraged to contact Ian Young at ianayoung@fws.gov or 612-713-5214 for further information.
Z--GAOA - Browns Park NWR Butler Storage Building Reh
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge in Maybell, Colorado. The project aims to enhance the building's functionality, safety, and energy efficiency, involving significant renovations such as replacing bay doors, updating lighting and ventilation systems, and installing safety features like emergency showers and GFCI outlets. This initiative underscores the government's commitment to maintaining and upgrading federal facilities to meet modern standards. Interested contractors must submit their proposals by May 8, 2025, with a budget range of $250,000 to $500,000, and can direct inquiries to Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349.
WV-OHIO RIVER ISLAND NWR-ROOF SHINGLE REPLACEMENT
Buyer not available
The U.S. Fish and Wildlife Service is soliciting bids for the replacement of roof shingles on the Middle Island Shop building located at the Ohio River Islands National Wildlife Refuge in Williamstown, WV. This project involves the removal and replacement of approximately 6,900 square feet of roofing materials, necessitated by the current asphalt shingles exceeding their 30-year lifespan, to ensure the building's structural integrity and prevent water damage. The contract, valued between $25,000 and $100,000, is a total small business set-aside and emphasizes compliance with federal regulations, including the Davis-Bacon Act and the "Buy American" Act. Interested contractors must submit sealed bids by the specified deadline, with a mandatory site visit required, and the project is scheduled to commence between May 1 and September 15, 2025. For further inquiries, potential bidders can contact Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
Repair Bow Creek Fence
Buyer not available
The National Park Service, under the Department of the Interior, is seeking qualified contractors to repair and replace segments of the Bow Creek Fence at the Missouri National Recreational River Headquarters in Yankton, South Dakota. The project involves removing downed vegetation, repairing existing fencing, and installing new treated wood posts and H-braces to ensure the fence meets acceptable standards and prevents cattle access during repairs. This initiative is crucial for maintaining park boundaries and ensuring public safety within national recreational areas. The estimated contract value ranges from $25,000 to $100,000, with a firm-fixed price contract set aside exclusively for small businesses. Interested contractors must contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515 for further details and are required to register in the System for Award Management (SAM) prior to bidding. The project timeline stipulates completion within 120 days from the Notice to Proceed.