Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
ID: 140FGA25R0004Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 9:00 PM UTC
Description

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 ian_a_young@fws.gov or 612-713-5214 for further information.

Point(s) of Contact
Young, Ian
(612) 713-5214
(303) 969-7281
ian_a_young@fws.gov
Files
Title
Posted
Dec 20, 2024, 5:05 PM UTC
The document outlines the Statement of Work (SOW) for construction services at Bon Secour National Wildlife Refuge in Gulf Shores, Alabama. It emphasizes the contractor's responsibility to provide all necessary materials, labor, and compliance with federal, state, and local regulations for building an office/maintenance facility. Key requirements include obtaining permits, following specified codes, maintaining safety standards, and coordinating project timelines and subcontractor activities. The contractor must conduct a pre-proposal site visit, provide detailed submittals, and maintain daily logs. Demolition of the existing headquarters is scheduled after the new facility is ready. Specific materials and equipment standards are set, such as aluminum roofing panels and contractor-supplied telecommunication equipment. The contractor must also manage environmental considerations and ensure housing for workers is not provided on-site. This project establishes compliance prerequisites for bidding entities, with a focus on safety, quality assurance, and effective project management, ultimately aiming to enhance the functionality and safety of the wildlife refuge facilities.
Dec 20, 2024, 5:05 PM UTC
The project involves the construction of a new Visitor Center and office spaces at the Bon Secour National Wildlife Refuge located at 12295 Strong Rd., Gulf Shores, Alabama. It includes comprehensive architectural and civil engineering plans as part of the project documentation. The scope encompasses detailed general notes, life safety analysis, plumbing, electrical, and mechanical system layouts, conforming to applicable building codes, including the International Building Code (IBC) and ADA standards. Key features include a one-story building structure with a maximum height of 30 feet and a total gross area of 4,440 square feet. The project meets fire resistance and accessibility requirements, providing necessary exit signs, emergency lighting, and fire extinguishers based on occupancy calculations. The documents outline demolition plans for existing structures, grading, and construction sequencing to minimize disruption. The plans emphasize environmental considerations and compliance with federal, state, and local regulations throughout construction, highlighting the U.S. government's commitment to enhancing public facilities within wildlife refuges while ensuring safety and sustainability.
Dec 20, 2024, 5:05 PM UTC
The construction project for the Visitor and Administrative Building at Bon Secour National Wildlife Refuge, initiated by the U.S. Fish and Wildlife Service, outlines a comprehensive plan for the facility's development. The contract encompasses various responsibilities including site clearing, building construction, and final project closeout. A detailed construction schedule, prepared by the contractor, must be submitted for approval and should encompass significant milestones, interdependencies, and procurement timelines. The project requires coordination among administrative personnel and subcontractors, with established procedures for requests for information and weekly progress meetings. Security and safety protocols are emphasized, including the submission of personnel lists and health and safety plans. Contractors must adhere to stringent submittal procedures for shop drawings, product data, and inventory, ensuring compliance with specifications. Overall, this RFP reflects the federal government’s commitment to environmental protection and sustainable building practices, focused on quality assurance and effective project management throughout the construction process, ultimately enhancing visitor experience at the refuge.
Dec 20, 2024, 5:05 PM UTC
The U.S. Fish and Wildlife Service (USFWS) is seeking industry input for construction services related to an office/maintenance facility at Bon Secour National Wildlife Refuge, Baldwin County, Alabama. This Sources Sought Notice is intended for market research purposes only and does not constitute a request for proposals. The anticipated project will involve a firm fixed price construction contract, with a budget between $1,000,000 and $5,000,000. Interested small businesses are encouraged to respond by providing their Unique Entity Identifier (UEI), documentation of relevant project experience, and capacity statements. The primary NAICS code is 236220—Commercial and Institutional Building Construction, with a size standard of $45 million. Responses must be submitted electronically by January 9, 2025, for consideration, with a solicitation expected to be posted on SAM.gov around January 30, 2025. This initiative reflects USFWS's strategy to expand service facilities while ensuring compliance with current codes and quality standards in the building process.
Apr 9, 2025, 4:06 PM UTC
The document outlines requirements for past performance information and references in the context of federal RFPs and grants. It mandates that offerors provide a minimum of five references who are knowledgeable about the offeror's project performance during the contract period. Past performance is crucial for evaluating the offeror's compliance with contract obligations and quality of service. The offeror is tasked with disseminating a past performance questionnaire to project points of contact (POCs) and submitting the compiled responses with their electronic proposal. The questionnaire collects details such as firm name, project location, contract number, performance period, project amount, and remarks on both outstanding and unsatisfactory performance. Additionally, it includes a question regarding the likelihood of doing business with the company again, forming a critical part of the evaluation process. This emphasis on past performance is essential for ensuring the selection of qualified and dependable contractors for government projects.
The United States Fish and Wildlife Service is preparing to solicit bids for the construction of an office/maintenance facility at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama. This pre-solicitation notice outlines that the expected solicitation process will occur from February to March 2025, with the contract potentially valued between $1 million and $5 million. The contractor will be responsible for providing all necessary materials, labor, and equipment, adhering to stipulated specifications and codes. The anticipated performance period is 428 calendar days post-award, with a projected contract award date around March 2025. All responses will be evaluated based on the lowest price technically acceptable method, and the project is designated as a 100% Small Business Set Aside. Additional information regarding a pre-proposal conference and site visit will be available in the solicitation package. For inquiries, prospective bidders are directed to contact Contracting Officer Ian Young via email. This solicitation signifies the government's commitment to enhancing infrastructure and operational effectiveness within national wildlife refuges.
Apr 9, 2025, 4:06 PM UTC
The Bon Secour National Wildlife Refuge Solicitation No. 140FGA25R0004 seeks proposals for a Firm Fixed Price construction contract to enhance the refuge. The document is structured into multiple sections detailing scheduling, specifications, packaging, inspection, performance requirements, and contract clauses. Key clauses outline contractor obligations, such as timely commencement and completion of work, adherence to environmental regulations, and measures regarding historical and archaeological preservation. Contractors must submit invoices electronically via the Invoice Processing Platform (IPP) and adhere to federal acquisition regulations, including the Buy American Act. Special clauses focus on the preservation of endangered species and controlling access to sensitive areas by unauthorized personnel. Additionally, a robust method for evaluating contractor performance is established through the Contractor Performance Assessment Reporting System (CPARS). The Solicitation aims to ensure proper execution, compliance, and oversight of the construction project within the wildlife refuge, thereby safeguarding natural resources and complying with federal standards.
Apr 9, 2025, 4:06 PM UTC
The document serves as a guidance tool for stakeholders interested in federal grants and requests for proposals (RFPs). It outlines the types of funding opportunities available, specifically focusing on federal and state/local grants and RFPs aimed at various sectors, including community development, health services, and infrastructure improvement. Key ideas include the processes for applying for these funds, eligibility criteria, and tips for crafting competitive proposals. The document also emphasizes the importance of adhering to federal regulations and guidelines throughout the application and implementation phases. By providing a structured overview of the funding landscape, the document aims to assist potential applicants in navigating the complexities of securing government funding effectively, ultimately enhancing their chances of successfully obtaining grants or contracts. This initiative underscores the government's commitment to fostering economic growth and addressing community needs through strategic investments.
Apr 9, 2025, 4:06 PM UTC
The bid schedule for the Bon Secour National Wildlife Refuge (NWR) outlines the replacement of the Headquarters Office and Maintenance Building. It delineates various construction categories including general requirements, existing conditions, and specific trades such as concrete, masonry, metals, and more through to electrical and safety systems. Each category is followed by a cost entry, indicating a thorough financial framework for the project. The schedule includes allocations for permits, contractor overhead, and profit, all contributing to the total project costs. This document serves as a detailed proposal guide for contractors, highlighting compliance and budgeting needs relevant to government-funded construction projects. It reflects the structured approach essential in federal, state, and local Requests for Proposals (RFPs), ensuring transparency and accountability in the utilization of public funds for infrastructure development.
Apr 9, 2025, 4:06 PM UTC
The document pertains to the Office & Visitor Contact Station at Bon Secour National Wildlife Refuge, overseen by the United States Fish & Wildlife Service, located at 12295 Strong Rd., Gulf Shores, Alabama. Its main purpose is to facilitate visitor engagement and information dissemination regarding the refuge and its resources. This office aims to enhance the public's understanding of the local wildlife and the conservation efforts undertaken within the refuge. The structure likely includes various facilities to accommodate visitors, including informational displays and areas for interaction, promoting awareness and appreciation of the natural environment. The document serves as an official record associated with federal initiatives regarding wildlife conservation and public engagement in environmental stewardship.
Apr 9, 2025, 4:06 PM UTC
The document outlines the Wage Determination for building construction projects in Baldwin County, Alabama, under the General Decision Number AL20250083, effective from January 3, 2025. It specifies applicable wage rates for various labor classifications, ensuring compliance with the Davis-Bacon Act and related Executive Orders. Contractors must pay at least the minimum wage of $17.75 per hour for covered workers employed on contracts awarded after January 30, 2022, or $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, unless higher rates apply. Key classifications and their respective rates, including those for electricians, plumbers, and equipment operators, are provided. The document explains the appeals process for wage determinations and highlights ongoing protections for workers, such as paid sick leave requirements under Executive Order 13706. It emphasizes that the wage rates will be reassessed annually to stay current. Overall, the document serves to communicate minimum wage guidelines and compliance requirements for federal contractors involved in public construction projects, reflecting regulatory priorities to protect workers' rights and ensure fair wages.
Apr 9, 2025, 4:06 PM UTC
The document outlines the construction details for a new Visitor Center and offices at the Bon Secour National Wildlife Refuge, located at 12295 Strong Rd, Gulf Shores, AL. It includes a comprehensive project scope detailing the new building's specifications, occupancy classifications, and adherence to the International Building Code (IBC). Key aspects of the project include a maximum permitted height of 55 feet (provided height is 30 feet) and a floor area limitation, with the center's total area being approximately 4,440 gross square feet. Fire safety measures dictate the absence of required fire resistance ratings for structural components due to the proposed build type. The document emphasizes the importance of compliance with federal, state, and local regulations including life safety standards, ADA accessibility, and environmental protocols. Detailed construction sequences and utility plans are provided, ensuring minimal disruption during construction. Additionally, erosion and sediment control notes highlight the commitment to safeguarding the environment throughout the project lifecycle. This construction initiative demonstrates the Fish & Wildlife Services' dedication to creating accessible spaces for visitors while preserving wildlife habitats in compliance with regulatory standards.
Apr 9, 2025, 4:06 PM UTC
The Bon Secour National Wildlife Refuge is set to construct a new Visitor Center and Administration Building. This document outlines the design specifications, construction requirements, and project management procedures. Key elements include a comprehensive work summary detailing site work, building construction, demolition of existing structures, and installation of utilities. The contractor is tasked with creating a construction schedule, managing requests for information, submitting various documents, and ensuring compliance with safety requirements. The work will be coordinated with the U.S. Fish and Wildlife Service (USFWS) and other contractors, with strict adherence to timelines and bid documents. Substitution procedures for materials, quality control measures, and administrative guidelines are clearly defined, ensuring that all elements of the project meet specified standards. The contractor must also maintain open communication with the CO and submit regular progress updates and logs. Overall, this document emphasizes the structured approach to managing the construction of the Visitor Center, which aligns with federal regulations, safety concerns, and environmental considerations, ensuring a successful project completion at the Bon Secour National Wildlife Refuge.
Apr 9, 2025, 4:06 PM UTC
The Bon Secour National Wildlife Refuge (NWR) construction project involves the development of a new Office/Maintenance Facility located at 12295 State Hwy 180, Gulf Shores, Alabama. The contractor is responsible for providing materials, labor, and equipment while adhering to federal, state, and local codes. Key components include obtaining permits, following specific design specifications, and coordinating existing site conditions regarding the relocation of utilities. A pre-proposal site visit will offer bidders the opportunity to assess the project site. The project manager from the U.S. Fish and Wildlife Service (USFWS) is the primary contact for inquiries. The contractor must also furnish substantial documentation, including a safety plan, quality assurance measures, and a project schedule prior to the construction start. Additional questions reveal essential project details, such as the specific requirements for materials (e.g., aluminum panels for roofing), the need for a QA/QC plan, and the expectations surrounding demolition and landscaping after the new facility is built. The document fundamentally articulates the federal government’s requirements for efficiently executing the project while ensuring compliance with various regulations and standards, highlighting its commitment to ecological and safety considerations during the construction process.
Apr 9, 2025, 4:06 PM UTC
The federal solicitation invites bids for the construction of a new headquarters and maintenance facility at Bon Secour National Wildlife Refuge in Gulf Shores, Alabama. The project requires contractors to start performance within 10 calendar days following the award and to complete the work within 428 calendar days. Sealed offers must be submitted by the specified deadline, and all submissions must include required performance and payment bonds. The acceptance of offers will be subject to compliance with stated work requirements and regulations. The timeline for project execution spans from August 30, 2024, to September 30, 2025, with public bid opening and a clear delivery location outlined. This solicitation exemplifies government efforts to enhance infrastructure while ensuring competitive bidding processes and regulatory adherence.
The document outlines protocols and guidelines relevant to federal and state/local Requests for Proposals (RFPs) and grants. It emphasizes the importance of compliance with federal regulations in the submission process, including deadlines, eligibility criteria, and required documentation. Key components include instructions for potential applicants, criteria for evaluation, and funding availability. It also highlights the necessity for transparency and accountability throughout the proposal evaluation process to ensure equitable access to government resources. Catering to a diverse audience, the document aims to assist applicants in navigating the complexities of funding opportunities, fostering an understanding of the application’s significance in national and local contexts. The ultimate goal is to enhance community development through effective utilization of public funds.
Apr 9, 2025, 4:06 PM UTC
Apr 9, 2025, 4:06 PM UTC
The document outlines supplemental requirements for communications infrastructure at the Bon Secour National Wildlife Refuge Headquarters and Visitor Center, scheduled for March 2025. It establishes general provisions applicable to the communications work in Division 27 and emphasizes coordination requirements, particularly regarding telephone and internet services, which must not be interrupted without prior notification. The document mandates preinstallation meetings and detailed action submittals, including coordination drawings, installation schedules, and qualifications of personnel involved in the project. It specifies materials and pathways for communications systems, adhering to sustainability criteria and safety standards. Compliance with referenced performance requirements is highlighted, including seismic performance for equipment. Installer and testing agency qualifications must meet specific certifications, indicating a strong focus on professional standards. Field quality control is addressed through engagement with qualified agencies for testing and inspections of both communications and structural components. The requirements ensure that the installation process upholds safety, quality, and effectiveness, supporting the broader goal of enhancing communication capabilities within the refuge's facilities. This document serves as a crucial guideline for contractors involved in the project, aligning with government procurement and compliance standards.
Apr 9, 2025, 4:06 PM UTC
The document outlines the FWS Agency’s specific requirements for IT infrastructure under the Information Resources and Technology Management (IRTM) framework. It details standards for telecommunications systems, including installation and compliance with local, state, and national codes. Key sections include product specifications for backboards, equipment racks, grounding systems, copper and fiber optic cabling, and firestopping measures, emphasizing quality materials and adherence to safety standards. The contractor is responsible for a comprehensive telecommunications distribution system that meets the most stringent guidelines, ensuring safety by mandating the removal of obsolete cabling. The document further defines various telecommunications spaces, such as Telecommunications Rooms (TR), Equipment Rooms (ER), and Entrance Facilities (EF), outlining size, access requirements, and environmental controls. Various codes and standards are specified to maintain system integrity and reliability through testing and documentation. Additionally, the document stresses underlining the importance of labeling and identification for effective maintenance and management. This guide reflects the government's commitment to establishing robust, safe, and compliant IT infrastructure within federal operations.
Apr 9, 2025, 4:06 PM UTC
The Bon Secour Headquarters/Visitor Center Telecom Addendum outlines the requirements for extending fiber optic connections and installing network infrastructure at a new facility. The contractor is responsible for splicing and running fiber optic cables from the existing visitor center to the new building, ensuring correct termination to connect with a Cisco 9200 48-port PoE Switch, which will be provided and installed by the government. Inside the new building, the fiber will be housed in 2-inch metal conduit installed by the contractor, followed by testing to validate the installation. Additionally, three CAT 6A cables need to be run and terminated from the designated network area to access points. These cables should run through walls and ceilings, with sufficient slack for ceiling-mounted access points. The contractor will also furnish mounting surfaces and all necessary CAT6A and fiber optic cables. Existing infrastructure, such as a government cabinet, will be reused and installed by the contractor. The document serves as a technical specification for contractors responding to an RFP for telecommunications infrastructure, emphasizing compliance with federal standards and the integration of advanced IT equipment in governmental facilities.
Apr 9, 2025, 4:06 PM UTC
The document details responses to questions posed during the solicitation process for construction services at the Bon Secour National Wildlife Refuge. It addresses technical queries regarding security systems, telecommunications, landscaping, glazing specifications, and contractor requirements. Notably, the U.S. Fish and Wildlife Service (USFWS) confirms that video surveillance will not be installed, explains specifications for intrusion detection, and clarifies the absence of landscaping plans. Key specifications for doors and windows are outlined, including requirements for bird-safe glass. The document emphasizes that the General Contractor must be licensed in Alabama and clarifies responsibilities, such as excess dirt removal and temporary fencing installation. It assures that inspections are mandatory while mock-up tests are not. The summary serves to inform potential bidders of the specifications, responsibilities, and project expectations, ensuring a transparent bidding process as part of the federal government's commitment to efficient and compliant project execution.
Apr 9, 2025, 4:06 PM UTC
The Bon Secour National Wildlife Refuge is soliciting construction services under solicitation number 140FGA25R0004, with specific guidelines regarding past performance and site visit requirements. The U.S. Fish and Wildlife Service (USFWS) confirms that past performance assessments can be satisfied with CPARS reviews and previously completed past performance questionnaires, allowing flexibility in the projects referenced by contractors. A pre-proposal site visit is mandated for all interested offerors, as referenced in the solicitation’s site visit section. This directive ensures that all participants are equally informed of the project scope and requirements, promoting transparency and compliance with the solicitation process. Overall, this document provides essential information for prospective bidders and defines the necessary qualifications and visitation protocols for the construction project.
Apr 9, 2025, 4:06 PM UTC
The Bon Secour National Wildlife Refuge (NWR) is soliciting construction services with solicitation number 140FGA25R0004. This document outlines responses to various questions raised regarding the project's security systems and specifications. Specifically, the US Fish and Wildlife Service (USFWS) clarifies that a video surveillance system will not be installed, contrary to earlier specifications, and advises to disregard related documentation. Additionally, while a reference for an intrusion detection system is provided, there are no specific telecom specifications in the provided documents, which requires further review. The response emphasizes that landscaping is not planned, as USFWS prefers no new plantings and will focus solely on grading, topsoiling, seeding, and mulching as detailed in the civil drawings. This summary encapsulates the project's focus on construction service requirements and emphasizes compliance with specific security and landscaping specifications as per federal guidelines, highlighting the importance of clear communication in government contracts.
Apr 9, 2025, 4:06 PM UTC
The Bon Secour National Wildlife Refuge (NWR) is seeking construction services through solicitation number 140FGA25R0004, with a set of questions and answers provided for clarification. Key communications include a response regarding the railing surrounding the building, which will be a galvanized chain link fence connecting to an existing fence rather than the architectural rendering shown, which was deemed inaccurate. Additionally, a confusion regarding a "?" symbol identified on page A202 is clarified as a typographical error intended to reference the gutter (M04). These clarifications illustrate the need for accurate representations and definitions in project specifications to ensure alignment between contractors and agency expectations. The document functions within the context of government RFPs, facilitating transparency and precision in the proposal process while supporting environmental objectives at Bon Secour NWR.
Apr 9, 2025, 4:06 PM UTC
This document addresses a specific inquiry regarding permitting requirements for construction services at Bon Secour National Wildlife Refuge, as outlined in Solicitation 140FGA25R0004. The contractor queried whether they must secure state and local permits for their construction activities, citing their previous experience predominantly with federal projects that did not require such permits. The U.S. Fish and Wildlife Service (USFWS) clarified that while they do not require permits for the building structure or internal operations, it remains the contractor's responsibility to ensure compliance with applicable clauses and provisions of the solicitation and contract. This response emphasizes the contractor's accountability for any necessary compliance steps, highlighting the federal nature of the project while providing clarity on the permitting process involved. Overall, the document serves to establish clear communication regarding compliance and responsibility for permits in federal construction projects.
Apr 9, 2025, 4:06 PM UTC
The Bon Secour National Wildlife Refuge (NWR) has issued a solicitation (140FGA25R0004) regarding construction services. The document comprises a series of questions and answers related to the project specifics. Key clarifications include the provision of a Past Performance Questionnaire (PPQ) that expresses the absence of an initially referenced attachment. On construction details, the U.S. Fish and Wildlife Service (USFWS) confirmed specifications for wainscot walls in restroom areas, notably designating tile heights and the exclusion of wainscoting in pre-fabricated shower stalls. Additionally, it was affirmed that the Contractor Performance Assessment Reporting System (CPARS) and PPQs would not count against the 10-page limit for past performance submissions. This information aims to guide potential contractors in their bid preparations while ensuring clarity on project requirements and submission guidelines.
Apr 9, 2025, 4:06 PM UTC
The document pertains to the Bon Secour National Wildlife Refuge Construction Services under Solicitation 140FGA25R0004, addressing specific inquiries and responses related to the Request for Proposals (RFP). A significant point of contention is the use of proprietary panels for an intrusion detection system, as USFWS correctly stipulates that only certain models from Bosch and DMP, which are proprietary, will be accepted, despite their statement indicating a preference against proprietary options. The response emphasizes the necessity of these specific models due to their support capabilities. Additionally, there are no additional design parameters provided for window specifications beyond what is illustrated in the submitted drawings and prior answers to Requests for Information (RFI). This structured Q&A format is typical in government RFPs, ensuring clarity and compliance with specified requirements.
Apr 9, 2025, 4:06 PM UTC
The Bon Secour National Wildlife Refuge requires construction services for a new office and maintenance facility located in Gulf Shores, Alabama. The contractor will be responsible for providing all materials, labor, and equipment, adhering to relevant federal, state, and local regulations, including the latest editions of building codes. The existing headquarters will be demolished after moving into the new facility, and contractors must prepare for site conditions, including managing overhead utilities and telecommunications infrastructure. Key responsibilities include conducting a pre-proposal site visit, coordinating with subcontractors, and maintaining safety and quality control throughout the project. Contractors must also deliver essential documentation, including safety and quality assurance plans, a project schedule, and must have a valid Alabama General Contractor's license. Specific requirements for materials, such as aluminum roofing panels and telecommunications setup, are outlined, emphasizing that submittals must meet detailed specifications. The document underscores a structured approach for contractor coordination, compliance with safety standards, and the management of project logistics, ultimately aiming to ensure a successful construction operation that enhances the refuge's facilities.
Apr 9, 2025, 4:06 PM UTC
This document is an amendment to a federal solicitation, specifically solicitation number 140FGA25R0004, issued by the U.S. Fish and Wildlife Service. The primary purpose of the amendment is to provide answers to questions received concerning the initial solicitation. It specifies that offerors must acknowledge receipt of the amendment in order for their offers to be considered valid, which can be done through various methods outlined in the document. Notably, the amendment does not introduce any additional changes beyond the clarification of questions received. The contractor's obligations regarding the acknowledgment of receipt, submission methods, and the modification of contracts or orders are emphasized, ensuring compliance with federal regulations and procedures. This amendment is essential for maintaining transparency and clarity in the procurement process, supporting the integrity of federal grant and RFP submissions.
Apr 9, 2025, 4:06 PM UTC
The document outlines an amendment to a Federal Government solicitation, designated by the number 140FGA25R0004, and details the procedures for acknowledging receipt of the amendment. It emphasizes the necessity for offerors to acknowledge the amendment to avoid rejection of their proposals. The amendment includes a Questions and Answers document provided in a single PDF format and specifies that attendance at a site visit is mandatory for all interested offerors submitting proposals. It modifies aspects of the existing solicitation in accordance with federal acquisition regulations (FAR). The mention of administrative changes indicates potential updates to contact details or funding appropriations without altering the fundamental terms of the solicitation. The document serves to clarify and ensure compliance with procedural requirements for potential bidders within the framework of government requests for proposals (RFPs).
Apr 9, 2025, 4:06 PM UTC
The document represents an official amendment to a solicitation (No. 140FGA25R0004) concerning federal contracting. Its primary aim is to update potential contractors on changes made to the solicitation process and provide additional project information, specifically detailing responses to submitted questions. The amendment outlines the required acknowledgment methods for receipt, which must be confirmed by a specified date to avoid offer rejection. Key attachments included are the "Questions and Answers 2," "Division 27 Specifications for Communications," "FWS Agency Specific Requirements for IT Infrastructure," "FWS Bon Secour telecom addendum," and the "REVISED SOW - Bon Secour Headquarters." These documents are intended to clarify project requirements and expectations further. The next amendment will continue to address outstanding questions. This amendment is essential to ensure all parties have access to up-to-date information, facilitating compliance with federal procurement regulations and supporting the project's objectives effectively.
Apr 9, 2025, 4:06 PM UTC
The document outlines an amendment to a solicitation contract, specifically the solicitation number 140FGA25R0004. The amendment details the requirement for contractors to acknowledge receipt of this amendment by a specified deadline to avoid rejection of their offers. It provides instructions on how to submit changes to previously submitted offers and includes administrative details regarding contractors' compliance. The primary purpose of this amendment is to address questions received related to the solicitation and to provide additional project information. Attached to the amendment are responses to inquiries, as well as documentation from a site visit. A subsequent amendment is anticipated to address any remaining questions before the deadline. In essence, this document serves to inform contractors of necessary updates and respond to inquiries related to the bidding process, ensuring clarity and maintaining adherence to federal regulations within the context of government RFPs. It emphasizes the importance of acknowledging amendments promptly and facilitates communication between contractors and the issuing agency.
Apr 9, 2025, 4:06 PM UTC
The document is an amendment to solicitation number 140FGA25R0004, issued by the FWS, GAOA, based in Falls Church, VA. Its main purpose is to acknowledge changes and updates to a previously submitted offer related to a federal contract. The amendment outlines the procedures for contractors to acknowledge receipt of the amendment, including methods for submission and reminders about the importance of this acknowledgment to avoid offer rejection. Additionally, it specifies the deadline for receipts and mentions that changes to previously submitted offers can be communicated via letter or electronic means, provided the specified references and timelines are adhered to. The amendment also serves to provide responses to questions received, indicating a proactive approach to address contractor inquiries and clarify terms. Overall, it maintains compliance with federal guidelines and underscores the critical nature of communication in government contracting processes.
Apr 9, 2025, 4:06 PM UTC
The document is an amendment to a solicitation (140FGA25R0004) issued by the Federal Government, specifically managed by the U.S. Fish and Wildlife Service (FWS) in Falls Church, VA. It outlines the procedures for acknowledging receipt of this amendment for contractors who submitted offers. Contractors are required to acknowledge the amendment prior to a specified deadline; failure to do so may result in the rejection of their offers. The amendment includes important details such as the incorporation of a Questions and Answers document and specifies the contract modification type and requirements. All terms and conditions of the original solicitation remain unchanged except for what is explicitly stated in this amendment. This document is part of the federal acquisition process, emphasizing compliance and timely responses from bidders, crucial for the integrity of procurement in governmental contracting. It seeks to ensure that all parties are informed and compliant with the latest updates to the solicitation.
Apr 9, 2025, 4:06 PM UTC
The document outlines an amendment to a solicitation related to federal contracts, specifically amendment number 140FGA25R0004. It specifies procedures contractors must follow to acknowledge receipt of the amendment, which includes details such as completing copies and sending them before the specified deadline. The amendment serves to update contract terms and includes attachments like a Past Performance Questionnaire and a Q&A section. Importantly, it addresses necessary modifications for existing contracts, ensuring administrative changes are appropriately documented. All previous terms remain effective unless explicitly altered. This document is part of the government procurement process, emphasizing compliance and procedural correctness during contract bidding and modifications.
Apr 9, 2025, 4:06 PM UTC
This document serves as an amendment to the solicitation identified as 140FGA25R0004, issued by the Falls Church, VA office. The primary purpose of the amendment is to extend the submission deadline for offers from April 14, 2025, to April 21, 2025. It outlines the procedures for contractors to acknowledge receipt of this amendment by including it in their offer submissions, whether via copies, letters, or electronic means. Furthermore, it emphasizes the importance of timely acknowledgment to prevent the rejection of offers. The amendment also notes that, except for the changes explicitly mentioned, all original terms and conditions of the solicitation remain unchanged and in effect. Overall, this document is significant as it illustrates procedural adjustments in the solicitation process typical of federal contracting, ensuring pertinent information is communicated effectively to potential offerors while maintaining compliance with administrative regulations.
Apr 9, 2025, 4:06 PM UTC
This document is an amendment to solicitation number 140FGA25R0004, issued by the federal government. The amendment outlines necessary protocols for acknowledging receipt of the amendment, emphasizing its importance for the submission of offers. It states that acknowledgment can be done through various methods, such as completing copies of the amendment or via electronic communication. The document also indicates that offers may be changed prior to a specified deadline. Additionally, the amendment incorporates Questions and Answers #7 which are pertinent to the solicitation. It is crucial for contractors to recognize that failure to acknowledge this amendment may lead to offer rejection. Overall, the document aims to ensure compliance with administrative changes and regulations related to federal contracting, maintaining clarity for all parties involved in the bidding process.
Apr 9, 2025, 4:06 PM UTC
The federal solicitation issued by the U.S. Fish and Wildlife Service (FWS) outlines a construction project for a new headquarters office and maintenance facility at Bon Secour National Wildlife Refuge in Gulf Shores, Alabama. Titled “INVITATION FOR BID,” the solicitation details project number 140FGA25R0004, with a proposal submission deadline that requires sealed offers. The contractor is expected to begin work within 10 calendar days post-award and complete the construction by September 30, 2025. The project sets a performance period from August 30, 2024, to the completion date, alongside expectations for performance and payment bonds to ensure contractor accountability. All proposals must comply with the applicable work requirements and meet specified financial conditions. Public opening of bids will occur following submission, and only offers valid within the stipulated acceptance period will be considered. This document serves to invite contractors to submit competitive offers, reinforcing the government’s commitment to transparency and efficiency in public procurement.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
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.
S--JANITORIAL SERVICES Noxubee NWR, MS
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for janitorial services at the Noxubee National Wildlife Refuge in Mississippi. The contract requires weekly cleaning of the Visitor Center restrooms and a vault toilet at Bluff Lake Boat Ramp, ensuring high standards of cleanliness and hygiene for public facilities. This procurement is vital for maintaining a safe and welcoming environment for visitors, with a focus on compliance with federal regulations and standards. Interested small business contractors must submit their proposals by April 23, 2025, including a completed SF 1449 form, and are encouraged to attend mandatory site visits on April 10 and April 16, 2025. For further inquiries, contact Stephanie Long at stephanielong@fws.gov or by phone at 404-679-4059.
MS-FWS NOXUBEE-HERBICIDE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for herbicide application services at the Noxubee National Wildlife Refuge (NWR) in Mississippi, under solicitation number 140FS325Q0063. The primary objective is to manage invasive species, specifically Bicolor Lespedeza, by applying a specified herbicide mixture across approximately 124 acres, with a focus on compliance with environmental regulations and treatment protocols. This contract is set aside for small businesses and includes a base period of three months with two optional extensions, emphasizing the importance of effective habitat conservation efforts. Interested bidders must submit their proposals by April 22, 2025, with an anticipated award date of May 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide upfit services for emergency vehicles, specifically Ford F-150 trucks, to enhance the safety and functionality of Federal Wildlife Officers. The project requires the installation of emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to strict quality and safety standards while minimizing modifications to maintain vehicle resale value. This initiative is crucial for ensuring that wildlife law enforcement personnel are equipped with reliable and effective vehicles for their duties. Interested vendors must submit their quotes by April 18, 2025, with a delivery deadline set for September 30, 2025. For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
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.
OK DEEP FORK NWR CULVERT BOX
Buyer not available
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 christagarrigas@fws.gov or call 325-261-4143.
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.
54--NM-BITTER LAKE NWR-EQUIP BLDG INSTALL
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a prefabricated shade structure at Bitter Lake National Wildlife Refuge in Chavez County, New Mexico. The project aims to enhance outdoor facilities within the refuge, aligning with conservation and community engagement objectives, with a construction budget estimated between $0 and $40,000. Interested contractors should note that this opportunity is set aside for small businesses, with a size standard of 750 employees, and must comply with wage determinations under the Davis-Bacon Act, which mandates a minimum wage of $17.75 per hour for workers on this project. Proposals are due by the specified deadline, and interested parties can contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792 for further information.
TX-BALC CANYONLDS NWR-MARTIN HSE DEMOLIT
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking a qualified contractor for the demolition of the Martin House at the Balcones Canyonlands National Wildlife Refuge in Marble Falls, Texas. The project involves the complete demolition of a two-story building, including its concrete foundation, capping of water and sewer services, and proper disposal of all demolition materials, with the site intended for future development as shared housing for seasonal employees. Contractors must be licensed in Texas and are required to complete the work within a 30-day period following contract award, with a site visit scheduled for April 8, 2025, and sealed bids due by April 15, 2025. For further inquiries, interested parties can contact Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
Construction Services - Fish River and Weeks Bay Marsh Restoration
Buyer not available
Presolicitation Notice: Construction Services - Fish River and Weeks Bay Marsh Restoration The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is planning to solicit and award a contract for the construction of the Fish River and Weeks Bay Marsh Restoration project. This project is located in Baldwin County, Alabama on Fish River at the Weeks Bay National Estuarine Research Reserve property north of US Highway 98. The Fish River and Weeks Bay Marsh Restoration project is an environmental restoration project that aims to degrade borrow areas and place material within previously dredged canals. The material used for filling the canals will be obtained from within the project construction site. The project consists of three main components: Base Bid-Fill Areas 1&2: This includes on-site excavation and placement of approximately 16,947 cubic yards of clayey-sand fill within two of the previously dredged canals. Other work includes mobilization/demobilization, surveying, clearing and grubbing, debris removal and disposal off-site, erosion and turbidity control measures, and special construction signage. Bid Alternative Number 1-Fill Area 3: This involves on-site excavation and placement of approximately 1,003 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes mobilization/demobilization, surveying, clearing and grubbing, canal fill, and erosion and turbidity control measures. Bid Alternative Number 2-Fill Area 2 Expansion Area: This includes on-site excavation and placement of approximately 1,580 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes surveying, canal fill, and erosion and turbidity control measures. The estimated period of performance for the completion of the project is 140 calendar days for the Base Bid-Fill Areas 1&2, with an additional 30 calendar days for Bid Alternative Number 1-Fill Area 3 if exercised, and an additional 10 calendar days for Bid Alternative Number 2-Fill Area 2 Expansion Area if exercised. To be eligible for award, the resultant solicitation will require the Offeror to provide documentation proving residency, headquarters, or principal engagement as a business in the State of Alabama or a Gulf Coast state. The Offeror must also certify that at least twenty percent (20%) of the total labor costs under the contract will be performed by its own employees. Additionally, a list of proposed equipment to be used on the project must be provided, and the awardee will be required to perform with the same or technically equivalent equipment post-award. The anticipated solicitation issuance date is on or about April 5, 2024, with the estimated proposal due date on or about May 6, 2024. The official solicitation number 1305M324B0001 will be issued under SAM.gov. For more information, please contact Grace Parker at grace.parker@noaa.gov or Nick Brown at nicholas.g.brown@noaa.gov.