TX-ANAHUAC NWR-LIMESTONE ROAD BASE
ID: 140FS325Q0082Type: Solicitation
AwardedAug 15, 2025
$283K$283,020
AwardeeCROWLEY HOLDINGS LLC 1033 JACKSON AVE STE 202 New Orleans LA 70130 USA
Award #:140FS325P0196
Overview

Buyer

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

NAICS

Construction Sand and Gravel Mining (212321)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

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 delivery of Grade A limestone road base to the Anahuac National Wildlife Refuge in Texas. The contract, set aside for small businesses, requires the delivery of up to 5,698 tons of limestone to refurbish and improve all-weather roads, with specific delivery protocols to minimize environmental impact. This procurement is crucial for maintaining infrastructure within the refuge, supporting both environmental conservation and public service initiatives. Interested vendors must submit their quotes and past performance references by the specified deadlines, and can contact Merenica Banks at merenica_banks@fws.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements for bidders responding to Solicitation #140FS325Q0082, specifically focusing on providing past experience and references. Bidders must complete a form summarizing their relevant work experience, including details on contracts of similar size and complexity to the requested services outlined in the Scope of Work. Each entry requires information such as contract type, total value, the agency for whom the work was performed, and contact details. A brief description of the duties performed is also mandatory. This information will be used to assess the past performance of bidders, emphasizing the importance of relevant experience in the bidding process. Bidders are instructed to submit the completed forms by the specified deadline via email. The document illustrates the structured approach federal government RFPs take to ensure a thorough evaluation of potential contractors based on their prior performance.
    The U.S. Fish and Wildlife Service (USFWS) is issuing a Request for Information (RFI) for a contract to deliver approximately 5,698 tons of Grade A limestone road base to the Jocelyn Nungaray National Wildlife Refuge in Anahuac, Texas. This RFI follows the Simplified Acquisition Procedures outlined in FAR Part 13 and seeks proposals from qualified small businesses to fulfill this contract, which will be awarded to a large business. The solicitation falls under RFQ Number 140F0S24Q0043 and will be a firm fixed-price contract with a performance period from July 14 to August 14, 2025. Interested bidders must register on the System Award Management (SAM) website and are encouraged to contact the contracting officer, Merenica Banks, by the closing date of June 12, 2025. The procurement aims to foster full and open competition, with a focus on adhering to compliance standards under the pertinent Federal Acquisition Regulations. The relevant North American Industry Classification System (NAICS) code is 212319, which pertains to other crushed and broken stone mining and quarrying.
    The document appears to be a corrupted or improperly encoded file, which impacts its readability and comprehension significantly. It seems to reference a variety of topics associated with federal government requests for proposals (RFPs) and grants, potentially focusing on procurement processes, project funding, or regulations involving federal and state/local agencies. However, due to the extensive presence of nonsensical characters, it lacks coherent structure or deliverable information that would typically be associated with a governmental RFP or grant application. Given its obfuscated nature, any key points or themes significant to policy or funding decisions within the federal and state context cannot be reliably extracted. A proper analysis cannot be concluded without clarification or correction of the file, which could address its corrupted formatting and restore its intended content. Thus, the document presently does not serve its purpose as a source of actionable information on RFPs or grants.
    The document is a Price Schedule related to RFQ No. 140FS325Q0082 for the delivery of Grade A limestone road base. It outlines a request for quotes for a total quantity of 5,698 tons of limestone, emphasizing the need for vendors to provide unit pricing and total costs. Essential vendor information required includes company name, contact details, and a SAM.GOV UEI number, along with an estimated delivery date. The format seeks detailed financial proposals to facilitate decision-making for procurement. This pricing document is a key element of governmental procurement processes to ensure transparency, fairness, and competitiveness in acquiring materials for infrastructure projects. The request for quotes fits into broader government strategies of engaging with vendors for public service projects, underscoring the importance of proper documentation and compliance in public contracts.
    The document outlines a Request for Quote (RFQ) for Limestone Road Base delivery services issued by the Fish and Wildlife Service (FWS), specifically for the Anahuac National Wildlife Refuge in Texas. It is a firm-fixed-price contract specifically set aside for small businesses under the NAICS code 212319. The RFQ requires bidders to provide past performance references, comply with federal regulations, and submit questions or quotes by specified deadlines. Key evaluation factors for awarding the contract include past performance, price, and technical capability. Contractors must ensure registration in the System for Award Management (SAM) and complete necessary representations and certifications. The submission deadlines highlight the project timeline with deliveries aimed for completion by mid-July 2025. Compliance with various federal acquisition regulations is emphasized throughout the document, ensuring that proposals meet the outlined criteria for consideration.
    The Jocelyn Nungaray National Wildlife Refuge is seeking a contractor to deliver a maximum of 5,698 tons of Grade A limestone road base for maintenance and improvement of its roads. The limestone must be delivered using belly dump trailers and spread on existing improved and unimproved roads. Deliveries are scheduled from July 14 to August 15, 2025, during normal hours of operation from 8:00 a.m. to 4:30 p.m., Monday through Friday, with prior coordination required at least 24 hours in advance. The contractor must adhere to specified turnaround locations to prevent environmental damage. Evaluations for government acceptance will be based on the successful delivery of the required road base. Technical coordination will be managed by Facilities Manager Steve Baker, while Contracting Officer Merenica Banks will oversee the contract. This document reflects a clear federal request for proposals focused on environmental management and resource procurement.
    The Jocelyn Nungaray National Wildlife Refuge is seeking a contractor to deliver a maximum of 5,698 tons of Grade A limestone road base for the refurbishment of maintenance and improved all-weather roads. Deliveries must be made with belly dump trailers, adhering to specified turnaround locations to prevent environmental damage. The delivery site is located at 4318 FM 1985, Anahuac, Texas, with a performance timeline from July 14 to August 15, 2025. The contractor is responsible for coordinating daily truck loads with refuge management, ensuring a minimum of 10 and a maximum of 50 trucks per day. All activities must occur during normal business hours, with emergency contact information required for off-hour issues. The contractor's evaluation will focus solely on the successful delivery of the specified limestone road base, with government acceptance contingent upon meeting these requirements. This document represents a federal RFP initiative aimed at supporting environmental efforts in maintaining infrastructure within the refuge.
    Similar Opportunities
    IN BIG OAKS NWR Indiana #53 Crushed Stone
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the procurement of Indiana 53 Crushed Stone for the Big Oaks National Wildlife Refuge located in Madison, Indiana. The selected vendor will provide the stone, which the Refuge will pick up using their own dump trucks, with quotes required to be submitted as a firm fixed price per ton, valid through June 1, 2026. This procurement is essential for the Refuge's operational needs, ensuring the availability of necessary gravel for various projects. Proposals must be submitted by December 18, 2025, at 1700 EST, and will be evaluated based on best value criteria, including specifications compliance, travel distance, past experience, and price. Interested vendors can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 240-381-7321 for further information.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Invitation for Bids, Sam Rayburn and Town Bluff Lakes, Jasper, Texas, SALVAGE Contract
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Fort Worth District, is inviting bids for a Government Forest Products Salvage Contract at Sam Rayburn and Town Bluff Lakes in Texas. This solicitation seeks bids for the purchase and removal of government-owned pine and hardwood timber, with an estimated volume of 500 tons of pine sawtimber and 100 tons each of various hardwood and pine products. The contract is significant for managing forest resources and ensuring sustainable timber practices. Bids are due by January 8, 2026, at 9:00 AM local time, with a required bid deposit of $1,000 for Item 1, and interested parties can contact Corey Walk at corey.d.walk@usace.army.mil or John Hamilton at john.w.hamilton@usace.army.mil for further details.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    W91237-26-Q-A004 Clendening Dam Rip Rap Supply
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the supply and delivery of 2,200 tons of ODOT Type D Limestone Rip Rap to Clendening Dam in Tippecanoe, Ohio. This contract is set aside for Women-Owned Small Businesses (WOSB) and requires adherence to Ohio Department of Transportation specifications, with a delivery schedule spanning from December 31, 2025, to January 31, 2026, allowing for a maximum of 1,000 tons to be delivered per day. The limestone rip rap is crucial for erosion control and structural integrity at the dam site. Interested vendors should reach out to Carrie McClung at carrie.e.mcclung@usace.army.mil or call 304-399-5291 for further details, and must review the solicitation documents available through the PIEE system for complete instructions and requirements.
    Rock (Gravel and Ditch Liner)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to supply road rock (gravel) and ditch liner for delivery to designated training areas at Fort Riley, Kansas. The procurement aims to fulfill specific material requirements as outlined in the solicitation documents, ensuring that the training areas are adequately equipped for operational readiness. The materials are critical for maintaining infrastructure and supporting military training activities. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Shawn Stratton at shawn.c.stratton.civ@army.mil or by phone at 785-307-6851.
    Fort Bliss National Cemetery Landscape Materials, Indefinite Delivery Indefinite Quantities (IDIQ) -- 9620
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide landscape materials for the Fort Bliss National Cemetery in El Paso, Texas, through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contractor will be responsible for supplying Franklin Red Crushed Granite Rock and Aggregate Course materials, including all necessary labor, supervision, transportation, and equipment for delivery, with specific delivery requirements outlined. This procurement is crucial for maintaining the cemetery's landscape, with anticipated annual quantities ranging from 250 to 1,100 tons for the specified materials. Interested parties should contact Contracting Officer Roberto Escobedo at Roberto.Escobedo@va.gov, and must be registered in the System for Award Management (SAM) to participate in the solicitation expected to be released in two weeks.
    Guttenberg Ponds Rock Supply
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contract for the supply and delivery of 2,000 tons of riprap materials to a designated stockpile location along the Upper Mississippi River in Wisconsin. This procurement aims to support ongoing construction and maintenance efforts in the area, highlighting the importance of reliable material supply for infrastructure projects. The solicitation is expected to be released in approximately two weeks and will be set aside for small businesses, with the contract being a Firm, Fixed-Price agreement. Interested contractors should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information, and must ensure they are registered in the System for Award Management (SAM) prior to award.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.