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 U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for asphalt repair at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project entails a firm fixed-price construction contract with an estimated cost between $25,000 and $100,000, focusing on the cleaning, repair, sealing, and striping of asphalt surfaces that are over 18 years old. This initiative is crucial for maintaining the infrastructure of national wildlife refuges, ensuring both environmental protection and safety compliance during operations. Interested contractors must submit their offers by adhering to the specified guidelines, with the project timeline set from March 1, 2025, to November 30, 2025. 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 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
    Z--NV-DESERT NWRC-WHIN-MARSH LEVEE REPAIR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking responses for the WHIN Marsh Levee Repair Project at the Pahranagat National Wildlife Refuge in Alamo, Nevada. This project involves the repair of the WHIN Marsh levee system, which is crucial for habitat management for migratory birds, particularly waterfowl, and includes the replacement of four water control structures and the design of a three-foot wide aluminum access catwalk with safety features. The initiative underscores the USFWS's commitment to wetland management and habitat preservation, with a primary NAICS code of 237990 and a size standard of $45 million. Interested businesses are encouraged to submit their Unique Entity Identifier (UEI), business type, and a document detailing their capabilities by February 7, 2025, to Shannon Barnhill at shannonbarnhill@fws.gov.
    56--Chincoteague NWR Road Materials
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified suppliers and contractors to provide and deliver various road materials for the Chincoteague National Wildlife Refuge in Virginia. The procurement includes asphalt paving materials, aggregate and concrete materials, and pipe and geotextile fabric materials, with specific quantities and performance requirements outlined in separate requests for proposals (RFPs). This initiative is crucial for supporting environmental management and infrastructural improvements at the refuge, ensuring compliance with established quality standards. Interested parties should prepare to submit their qualifications and proposals by the anticipated solicitation release in February 2025, with contract awards expected in March 2025. For further inquiries, potential respondents can contact Joni Dutcher at jonidutcher@fws.gov or call 571-447-8387.
    LA-BIG BRANCH MARSH NWR-HURRICANE SHUTTE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting proposals for the installation of hurricane shutters at the Big Branch Marsh National Wildlife Refuge Administration building in Lacombe, Louisiana. The project requires contractors to supply heavy-duty, impact-resistant rolling shutters, relocate existing electrical and air conditioning components, and ensure compliance with federal, state, and local building codes and safety regulations. This initiative is crucial for enhancing the facility's hurricane preparedness and infrastructure resilience. Interested small businesses must submit their proposals, including a lump-sum pricing breakdown, within the specified timeline of 120 calendar days after receiving the Notice to Proceed. For inquiries, contractors can contact Micah Holmes at micahholmes@fws.gov.
    Y--NV Upper Carson Slough Backcountry Trail System
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the construction of the Upper Carson Slough Backcountry Trail System at the Ash Meadows National Wildlife Refuge. The project requires sealed bids from qualified firms, with a contract magnitude estimated between $1,000,000 and $5,000,000, and mandates that work commence within 10 calendar days of notice to proceed, to be completed within 270 days. This construction project is vital for enhancing recreational access and environmental stewardship in the area. Interested contractors must acknowledge amendments to the solicitation and submit proposals by February 26, 2025, with questions due by February 7, 2025; for further inquiries, contact Shannon Barnhill at shannonbarnhill@fws.gov.
    56--FWS LA BAYOU SAUVAGE NWR LIMESTONE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the supply, delivery, spreading, and grading of approximately 500 tons of 610 Kentucky blue/gray limestone at the Bayou Sauvage Urban National Wildlife Refuge in New Orleans, Louisiana. The contractor will be responsible for ensuring the limestone is spread and graded to a depth of about four inches to enhance the parking lot at the refuge, with the anticipated period of performance running from February 6 to March 31, 2025. This procurement is a total small business set-aside under NAICS code 212321, emphasizing the importance of past performance and technical competence in the evaluation process. Interested vendors must submit their quotes by February 5, 2025, and direct any inquiries to Contract Specialist Lee Ann Riley at leeriley@fws.gov or by phone at 404-679-4158.
    VA HARRISON LAKE NFH VC ROOF
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the reroofing of the Visitor Contact Station at the Harrison Lake National Fish Hatchery in Virginia. The project entails replacing the existing roof, which covers approximately 2,600 square feet, with new asphalt shingles, including the removal and offsite disposal of the current roofing materials. This initiative is crucial for maintaining the facility's integrity and ensuring compliance with safety and environmental regulations, including adherence to federal labor standards. Interested contractors must attend a mandatory site visit on February 10, 2025, submit questions by February 12, 2025, and provide quotes by February 21, 2025, with the contract period running from March 17, 2025, to June 30, 2025. The estimated project cost is less than $25,000, and inquiries can be directed to Bill Koski at williamkoski@fws.gov.
    J--MN FWS ARD FSHRS Fish Distribution Truck Repair BP
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking to establish a Blanket Purchase Agreement (BPA) for the repair of large diesel trucks used in fish distribution efforts across three National Fish Hatcheries in Michigan and Wisconsin. The BPA, valued at up to $250,000, will cover a five-year period from April 1, 2025, to March 30, 2030, and aims to ensure the operational readiness of the fleet by providing necessary diagnostics and repair services. This initiative is crucial for maintaining transportation resources essential for wildlife conservation and restoration efforts in the Great Lakes region. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    AZ HAVASU NWR BOAT RAMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to replace the concrete boat ramp at the Havasu National Wildlife Refuge in Mohave Valley, Arizona. The project involves the removal of the existing ramp and the construction of a new ramp with identical dimensions, requiring the provision of labor, materials, and equipment, all while adhering to environmental and safety standards. This initiative is part of the government's commitment to maintaining recreational facilities that support public access to federal lands. Interested contractors should submit their proposals by the specified deadlines, with the project budget estimated between $25,000 and $100,000, and inquiries directed to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    Gulf Islands National Seashore
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the Gulf Islands National Seashore Project MS NP GUIS 15(4) in Jackson County, Mississippi. The project entails the construction of paved shoulders, boardwalks, and the replacement of culverts and guardrails, with an estimated total cost ranging from $5,000,000 to $10,000,000. This initiative is crucial for enhancing infrastructure and accessibility within the national seashore area. Bid documents are anticipated to be available around February 17, 2025, and interested parties should register in the System for Award Management (SAM) to submit offers and receive payments. For inquiries, contact Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.
    F--CO SAN LUIS VALLEY NWR COMPLEX ABATEMENT
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting quotations for a hazardous materials abatement project at the Alamosa National Wildlife Refuge, focusing on the removal of asbestos-containing materials from two buildings. This project is exclusively set aside for small businesses, with a budget estimated between $10,000 and $25,000, and will involve a firm-fixed price contract requiring bidders to submit individual prices for two specific line items related to abatement services. The project is critical for ensuring environmental safety and compliance with federal regulations, with work scheduled to commence within ten days post-award and to be completed between November 18, 2024, and April 30, 2025. Interested contractors must submit their quotes by 2:00 p.m. EST on February 4, 2025, and can contact Ian Young at ianayoung@fws.gov or 612-713-5214 for further information.