Z--ASPHALT REPAIR AT BIG BRANCH MARSH NWR
ID: 140FC125Q0009Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

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 proposals for asphalt repair at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project involves repairing approximately 285 square feet of damaged asphalt, filling 3,500 feet of stress cracks, applying sealant over 140,000 square feet, and repainting parking lines, all while adhering to Louisiana Department of Transportation standards. This initiative is crucial for maintaining the safety and functionality of the refuge's infrastructure, ensuring minimal disruption to traffic and compliance with environmental regulations. Interested contractors must submit their bids by March 7, 2025, with the total project cost estimated between $25,000 and $100,000, and all work to be completed within 90 days of the Notice to Proceed. For further inquiries, contact Khanhthong Moody at Khanhthong_Moody@fws.gov or call 404-679-4022.

    Point(s) of Contact
    Moody, Khanhthong
    (404) 679-4022
    (404) 679-4057
    Khanhthong_Moody@fws.gov
    Files
    Title
    Posted
    The Statement of Work outlines a project for the sealing and parking lot striping at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The asphalt surfaces, over 18 years old, require cleaning, repairs of damaged areas, crack filling, and application of asphalt sealer, which must comply with specific Louisiana Department of Transportation standards. The project timeline extends from the Notice to Proceed until November 13, 2025, with work to be completed within 90 days of commencement. Key tasks include repairing approximately 285 sq ft of damaged asphalt, filling around 3500 feet of cracks, sealing 140,000 sq ft of parking and roadway, and re-striping designated areas. The contractor is responsible for all materials, disposal of debris, and compliance with applicable laws and safety regulations. Regular project updates will be conducted through weekly meetings. The document emphasizes adherence to environmental protection standards and requires that all personnel follow safety protocols during operations. This project represents the federal commitment to maintaining the infrastructure of national wildlife refuges while ensuring employee safety and compliance with regulatory standards.
    The document appears to be a corrupted or garbled text containing fragments and symbols, making it difficult to extract coherent information. However, it may originate from a federal or state request for proposals (RFPs) or grants. The intended purpose seems to relate to public funding opportunities or project proposals within a government context, possibly involving grant applications or contract bids at various governmental levels. Key elements typical to such documents may include objectives for achieving public services, project specifications, eligibility criteria, and submission guidelines for applicants. Given its apparent confusion, clear organization of main topics, ideas, or directives are severely lacking. It seems essential for readers to recognize the importance of clear, accessible formats in official documents to facilitate understanding and compliance. The underlying theme likely centers on governmental support mechanisms aimed at community development, project initiatives, or program funding, necessitating clarity for effective engagement by potential applicants.
    The Statement of Work outlines the requirements for asphalt repair, sealing, and parking lot striping at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The primary objective is to ensure the safety of employees by addressing the deteriorating asphalt surfaces that are over 18 years old. The project encompasses cleaning, repairing approximately six areas of damaged asphalt, sealing stress cracks, applying two coats of asphalt sealer to about 140,000 sq ft, and restriping the parking lot to meet state standards. The work must be completed within 90 days of the Notice to Proceed, maintaining at least one route of access during construction. The contractor is tasked with all necessary materials, obtaining permits, and adhering to safety regulations including proper waste disposal. Weekly progress meetings with government representatives are mandatory. Specific technical requirements, including compliance with ASTM standards and local guidelines, are emphasized to ensure quality. The document underscores the importance of environmental precautions and operational safety, contributing to the ongoing maintenance of federal wildlife refuge facilities.
    The government document outlines the amendment of solicitation number 140FC125Q0009, concerning asphalt repair and maintenance at the Big Branch Marsh National Wildlife Refuge. The amendment modifies the original solicitation by revising the Statement of Work and extending the deadline for bid submissions to March 7, 2025. The project aims to enhance safety and functionality through the repair of 285 square feet of damaged asphalt, filling 3,500 feet of stress cracks, applying sealant over 140,000 square feet, and repainting parking lines. Projects must comply with Louisiana Department of Transportation standards. Contractors are required to ensure minimal disruption to traffic, maintain equipment standards, and hold weekly progress meetings. Additionally, all work must be completed within 90 days of the Notice to Proceed. The document emphasizes the importance of adhering to environmental regulations and site safety protocols. This solicitation focuses on procurement for federal services, emphasizing transparent amendment processes and the necessity for contractors to verify project specifics.
    The document, identified as Solicitation No. 140FC125Q0009, outlines a Request for Proposal (RFP) for the Repair of Asphalt at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project involves a firm fixed-price construction contract with an estimated cost between $25,000 and $100,000, to be completed between March 1, 2025, and November 30, 2025. The solicitation includes the performance requirements, performance and payment bond requirements, additional solicitation instructions, and a mandatory adherence to wage determinations under the Davis-Bacon Act. The contractor must submit an offer, detailing pricing and compliance with attached documentation, which includes the Statement of Work and compliance with various environmental laws. The provisions emphasize adherence to federal guidelines, including performance metrics, safety regulations, and restrictions against using foreign materials. The document also mandates careful handling of hazardous materials and the preservation of historical artifacts. Overall, this RFP reflects the government's procedures for soliciting bids for federal construction projects, underscoring compliance, timeline adherence, and the necessity for detailed planning in construction contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    Gulf Islands National Seashore
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Gulf Islands National Seashore project located in Jackson County, Mississippi. This project involves the construction of paved shoulders, boardwalks, and the replacement of a culvert along Park Road, with key tasks including grading, micro surfacing, and the installation of a bottomless culvert. The initiative aims to enhance infrastructure while promoting small business participation, with an estimated project cost between $5 million and $10 million and a completion period of up to 759 calendar days. Interested small business concerns must submit their proposals, including a bid bond, and ensure compliance with federal regulations by contacting Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.
    Z--FFO Parking Lot Pavement Preservation
    Buyer not available
    The Bureau of Land Management (BLM), part of the Department of the Interior, is seeking contractors for the Fillmore Parking Lot Pavement Preservation project in Millard County, Utah. This project involves the sealing and repairing of asphalt parking lots at the Fillmore Field Office and the Fillmore SEAT Base, addressing significant deterioration through tasks such as crack sealing, surface treatments, and repainting pavement markings. The work is crucial for maintaining the functionality and safety of federal facilities, with an estimated project cost between $25,000 and $100,000, and is set to commence in Spring 2025, lasting approximately 30 days. Interested small businesses must register with the System for Award Management (SAM) and can contact Tori Blunt Mayes at tbluntmayes@blm.gov or (435) 781-4445 for further details.
    F--Fire Break Creation Tamarac NWR, Rochert MN
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the creation of a fire break at the Tamarac National Wildlife Refuge in Rochert, Minnesota. The project involves constructing a fire break approximately 0.46 miles long and covering 2.24 acres, aimed at reducing wildfire risks and improving access for fire suppression efforts. This initiative is part of the government's commitment to environmental management and safety, emphasizing the importance of maintaining natural resources and protecting community safety. Proposals are due by March 21, 2025, with a performance period from April 1, 2025, to December 31, 2025. Interested vendors should contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further details and ensure compliance with all submission requirements.
    William H Harsha Lake Asphalt Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the William H. Harsha Lake Asphalt Repair project in Batavia, Ohio. This contract focuses on repairing and sealing road and parking lot surfaces, with an estimated cost between $50,000 and $100,000, and is designated as a 100% small business set-aside under NAICS code 237310. The project is critical for maintaining public infrastructure safety and functionality, requiring contractors to complete their proposals electronically by March 25, 2025, with work expected to commence within 10 days of award and be completed within 90 days. Interested contractors can contact Marcie Billotto at marcie.billotto@usace.army.mil or by phone at 502-315-6213 for further details.
    Z--FL WELAKA NFH ROAD BASE MATERIAL FOR HATCHERYROADS
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small business contractors to provide 2,800 tons of FDOT-certified Lime Rock Road Base materials for pothole repairs at the Welaka National Fish Hatchery in Florida. The procurement is a total small business set-aside under NAICS code 237310, focusing on highway, street, and bridge construction, with a performance period expected from March 24 to April 30, 2025. This project is crucial for maintaining the integrity of transportation routes utilized by the hatchery, ensuring safe and efficient operations. Interested contractors must submit their proposals, including a signed SF 1449 form and proof of active registration in the System for Award Management (SAM), by March 14, 2025, and direct any questions to Contract Specialist Lee Ann Riley at leeriley@fws.gov or by phone at 404-679-4158.
    F--Herbicide application, ST. MARKS NWR-FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    Water Hyacinth Control, Matthews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for an aerial herbicide application project aimed at controlling water hyacinth at the Matthews Brake National Wildlife Refuge in Mississippi. The project requires the contractor to apply ProcellaCOR SC herbicide over approximately 250 acres using a helicopter, with operations scheduled from May 15 to July 31, 2025, while ensuring compliance with all environmental regulations and effective drift control. This initiative is crucial for managing invasive aquatic plants to maintain ecological balance within the refuge. Interested contractors must submit their proposals, including a quote per acre, by the specified deadline, and can direct inquiries to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738. The total estimated contract amount is $11.5 million, with a focus on small business participation, particularly from service-disabled veteran-owned and economically disadvantaged women-owned businesses.
    Flood Control, Amite River Tributaries, Louisiana, Comite River Basin, Comite River Diversion Project, Bayou Baton Rouge Rock Chute, East Baton Rouge Parish, Louisiana
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking bids for the construction of flood control projects in the Amite River and Comite River Basin, specifically the Comite River Diversion Project at the Bayou Baton Rouge Rock Chute in East Baton Rouge Parish, Louisiana. The project involves a range of construction activities, including the clearing and grubbing of land, the construction of diversion channels and pump stations, roadway modifications, and the installation of various infrastructure components, with an estimated contract value between $25 million and $100 million. This initiative is crucial for enhancing flood management and infrastructure resilience in the region, ensuring compliance with federal and state regulations throughout the construction process. Interested contractors must register with the System for Award Management (SAM) and submit their bids by February 6, 2025, with inquiries directed to Lauren A. Gandolfi at lauren.a.gandolfi@usace.army.mil or by phone at 504-862-2466.
    F--AL-DEEP HORIZON NRDA ARO-INVASIVE SPECIE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for invasive species treatment at the Bon Secour National Wildlife Refuge in Alabama, specifically targeting cogon grass, torpedo grass, and rattlebox on a newly acquired 73.43-acre tract. The contractor will be responsible for achieving a 95% control rate over approximately 12 acres by applying approved herbicides, with treatments scheduled to commence around April 1, 2025, and concluding by May 31, 2026. This initiative is part of the broader Deepwater Horizon Gulf restoration efforts, emphasizing the importance of managing invasive species to protect native ecosystems. Interested contractors must submit proposals by March 17, 2025, and can direct inquiries to Lamont Sawyers at lamontsawyers@fws.gov.