WA Butler Hansen Road Maintainer
ID: 140FGA24Q0027Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, GAOAFalls Church, VA, 22041, USA

NAICS

Construction Machinery Manufacturing (333120)

PSC

MISCELLANEOUS VEHICULAR COMPONENTS (2590)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of a road maintainer for the Julia Butler Hansen Refuge in Washington, under solicitation number 140FGA24Q0027. The procurement aims to acquire a single unit of a road maintainer that meets specific technical requirements, including adjustable wings and hydraulic lift cylinders, to support the maintenance of infrastructure at wildlife refuges. This initiative is part of the FWS's commitment to enhancing operational capabilities while promoting small business participation in federal contracting opportunities. Interested vendors must submit their quotes by October 28, 2024, and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award, which is anticipated to commence on November 15, 2024, and conclude by February 13, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to solicitation 140FGA24Q0027 aimed at procuring a road maintainer for the Julia Butler Hansen Refuge in Washington. The amendment announces a re-opening of the solicitation with a quotes due date of October 28, 2024, and incorporates an updated Statement of Work. This Request for Quotation (RFQ) is designated as a total small business set-aside under FAR Parts 12 and 13, with the NAICS code being 333120. The expected performance period spans from November 15, 2024, to February 13, 2025. The basis for award is the Lowest Price Technically Acceptable (LPTA), and vendors must submit a quotation adhering to outlined technical requirements. The document further specifies delivery conditions and requirements for registration in the System for Award Management (SAM). Key additional provisions and clauses regarding compliance with federal regulations are included to ensure procurement transparency and integrity, particularly regarding telecommunications equipment and foreign procurement restrictions. The overall objective is to secure a compliant contractor capable of delivering appropriate equipment while adhering to federal standards and ensuring competitive pricing.
    The U.S. Fish and Wildlife Service (FWS) issued Request for Quotation (RFQ) number 140FGA24Q0027 for the procurement of a road maintainer for the Julia Butler Hansen Refuge in Washington. This RFQ is a total small business set-aside, necessitating proposals solely from qualified small businesses, with the award based on a firm-fixed-price contract determined through the Lowest Price Technically Acceptable (LPTA) method. Interested vendors must submit their quotes by August 27, 2024, with delivery of the equipment required within 90 days post-award. Key specifications for the road maintainer include adjustable features for height and drag widths, a robust construction with specific steel requirements, and operational parameters demanding a minimum of 60 horsepower. All quotes must be submitted via email and registered vendors should be active in the System for Award Management (SAM) by the time of award. Contractual obligations include adherence to multiple Federal Acquisition Regulation (FAR) clauses aimed at ensuring compliance with various legal and operational standards. This RFQ exemplifies federal efforts to acquire necessary services while supporting small business participation in government contracting.
    The US Fish and Wildlife Service (FWS) has issued a Request for Quotation (RFQ) for the procurement of a road maintainer for the Julia Butler Hansen Refuge in Washington. The solicitation, numbered 140FGA24Q0027, is a total small business set-aside and follows the Lowest Price Technically Acceptable (LPTA) criteria for awarding contracts. Quotes are due by October 28, 2024, with an anticipated contract performance period from November 15, 2024, to February 13, 2025. The Statement of Work outlines specific requirements for the road maintainer, including adjustable wings, rear finishing blades, hydraulic lift cylinders, weight specifications, and delivery terms. Proposals must include pricing details and comply with various regulatory provisions, including registration in the System for Award Management (SAM). The RFQ also emphasizes adherence to federal acquisition regulations and requirements regarding telecommunications and supply chain security. This initiative highlights the FWS's commitment to maintaining the infrastructure at wildlife refuges while supporting small business participation in federal contracting opportunities.
    The document is a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service for a road maintainer at the Julia Butler Hansen Refuge in Cathlamet, Washington. It is officially designated as RFQ number 140FGA24Q0027, issued on August 14, 2024, with an expected delivery of supplies by November 30, 2024. The RFQ specifies a single unit of a road maintainer, with a performance period from September 1, 2024, to November 30, 2024. Bidders are advised that this request is for quotations only, not a purchase order, and participating in this RFQ does not obligate the government to cover any preparation costs or to enter into a contract. Responses must be submitted by a specified closing date and include necessary representations and certifications. The form emphasizes the importance of providing domestic-origin supplies while also outlining the possibility of small business considerations. This RFQ illustrates the government's procurement process aimed at acquiring specific services and supplies for federal projects while adhering to regulations and providing opportunities for vendor participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CO-INFO RESRCS & TECHLGY-HPE NIMBLE DEVICES SOFTWA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the renewal of hardware and software support services for its HPE Nimble infrastructure under Request for Quotation (RFQ) number 140F1S24Q0100. The procurement aims to secure these essential services from November 15, 2024, to November 14, 2025, with an option for a six-month extension until May 14, 2026. This support is critical for maintaining the operational efficiency of the agency's IT infrastructure, which plays a vital role in its mission. Interested vendors must submit their inquiries by October 14, 2024, and provide their quotations by October 23, 2024, adhering to the specified submission guidelines. For further information, vendors can contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Z--Trail, Boardwalk and Bridge Repairs at Quivira NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for the rehabilitation of trails, boardwalks, and bridges at the Quivira National Wildlife Refuge in Stafford, Kansas, under Solicitation Number 140FGA24R0002. The project aims to enhance outdoor recreational infrastructure, with a focus on improving accessibility and ecological integrity through the replacement and repair of existing structures. This initiative is part of the Great American Outdoors Act, reflecting the federal commitment to maintaining natural habitats while promoting safe public access. Interested contractors must submit their proposals via email by October 11, 2024, with a project magnitude estimated between $500,000 and $1,000,000 and a performance period from October 1, 2024, to March 30, 2025. For further inquiries, contact Justine Coleman at justinepasiecnik@fws.gov or call 413-253-8287.
    J--Fire Engine Motor Replacement-Desert NWR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the replacement of the motor on fire engine 8262, a 2016 Ford F550, at the Desert National Wildlife Refuge in Nevada. The urgency of this procurement arises from the critical need for the fire engine to be operational for emergency response, particularly with the upcoming fire season. Rush Truck Centers has been identified as the only local vendor capable of performing the necessary repairs in a timely manner, as they have already begun troubleshooting the engine and possess certified Ford ASE mechanics. Interested parties may submit capability statements to Darla Freyholtz Ballard at darlafreyholtzballard@fws.gov within ten calendar days of this notice, with the contract period of performance set from September 20, 2024, to November 1, 2024.
    Z--Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting 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. The contractor is required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to gravel placement, with the work expected to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, ensuring that the infrastructure supports environmental protection efforts. Interested contractors should submit their proposals by October 11, 2024, and can contact Adam Graham at adamgraham@fws.gov or 762-325-0609 for further information; the total project budget is less than $25,000.
    Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct site inspections of abandoned mine land at the Wichita Mountains National Wildlife Refuge in Oklahoma. The primary objective of this procurement is to assess potential hazardous substance releases at ten identified sites, ensuring compliance with federal environmental guidelines and determining risks to human health and the environment. This initiative is crucial for addressing contamination issues stemming from historical mining operations, thereby safeguarding ecological integrity and public health within protected areas. Quotations are due by October 11, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.
    91--AK-INNOKO NWR-MCGRATH HEATING OIL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of heating oil for the Innoko National Wildlife Refuge in McGrath, Alaska. The contract requires the delivery of heating oil on a monthly basis to two specific locations, with an initial contract period from September 2, 2024, to September 1, 2025, and options for four additional years extending through 2029. This procurement is crucial for maintaining operational heating needs at the facilities, ensuring compliance with federal regulations, and promoting small business participation as it is designated as a Total Small Business Set-Aside. Interested vendors must submit their quotes by the specified deadline and ensure they are registered as active vendors on SAM.gov; for further inquiries, they can contact Oscar Orozco at oscarorozco@fws.gov.
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.
    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 a prefabricated open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Navajo County, Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways measuring approximately 54' x 110', with specific engineering standards for snow and wind loads. This initiative is part of the federal government's commitment to enhancing infrastructure for environmental conservation and wildlife breeding efforts, with an estimated project budget between $25,000 and $100,000. Interested contractors must submit their proposals by October 4, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    Hanford Reach Ntl. Monument planting 20k sagebrush
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking small business contractors to undertake the planting of 20,000 bare-root Wyoming sagebrush seedlings at the Hanford Reach National Monument in Washington. The project aims to support ecological restoration efforts by utilizing seedlings provided by the government, covering approximately 45 acres, and adhering to specific planting instructions to ensure optimal growth conditions. This initiative is part of broader federal efforts to preserve biodiversity and manage natural resources effectively, with the planting scheduled between November 15 and December 20, 2024, contingent on weather conditions. Interested contractors must submit their quotes by October 14, 2024, and can contact Adam Graham at adamgraham@fws.gov or 762-325-0609 for further details.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona in 2022. The project encompasses a range of construction services, including mold detection, repairs to both exterior and interior walls, storm shutter restoration, and the replacement of a propane tank storage structure, with a total estimated contract value between $250,000 and $500,000. This rehabilitation effort is crucial for restoring vital infrastructure within the wildlife refuge, ensuring compliance with federal environmental and safety standards. Interested contractors must submit their sealed bids electronically by October 15, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or by phone at 404-679-4055.