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
    Description

    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for a Firm Fixed Price construction contract to replace the Headquarters Office and Maintenance Facility at Bon Secour National Wildlife Refuge in Gulf Shores, Alabama, under solicitation number 140FGA25R0004. The project aims to enhance visitor engagement and support conservation efforts by constructing a new facility that complies with federal, state, and local regulations, including environmental protections and accessibility standards. Contractors are required to begin work within 10 calendar days of award and complete the project by September 30, 2025, with a total performance period from August 30, 2024. Interested parties should contact Ian Young at ian_a_young@fws.gov or 612-713-5214 for further details, and must submit sealed offers by the specified deadline, including required performance and payment bonds.

    Point(s) of Contact
    Young, Ian
    (612) 713-5214
    (303) 969-7281
    ian_a_young@fws.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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).
    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.
    Similar Opportunities
    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.
    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.
    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.
    Z--GAOA - Browns Park NWR Butler Storage Building Rehab
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking contractors for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge. This project falls under the category of commercial and institutional building construction, specifically focusing on the repair or alteration of miscellaneous buildings. The rehabilitation of this facility is crucial for maintaining operational efficiency and supporting wildlife conservation efforts within the refuge. Interested small businesses are encouraged to reach out to Samantha Lague at samanthalague@fws.gov or call 413-253-8349 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    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.
    HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide Marine Natural Resource Support Services for the Pacific Islands Fish and Wildlife Office, specifically for projects at Wake Atoll. Contractors must possess valid U.S. Coast Guard Captain’s licenses, have prior experience with vessel operations and SCUBA, and be residents of Hawaii, as the services will include operating vessels for scientific diving, conducting inspections for SCUBA tanks, and managing logistics for field operations. This procurement emphasizes environmental conservation and compliance, with a contract performance period from April 1, 2025, to April 1, 2026, and a potential one-year extension. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and interested parties can contact Oscar Orozco at oscarorozco@fws.gov for further information.
    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.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fredriley@fws.gov or call 413-253-8738.
    Y--HI-Hakalau NWR PV System replacement
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the replacement of the photovoltaic system at the Hakalau Forest National Wildlife Refuge in Hawaii, under Solicitation No. 140FC325R0005. This federal contract aims to modernize the existing solar power infrastructure, including the replacement of outdated lead-acid batteries with advanced lithium batteries, upgrading inverter technology, and ensuring system redundancy for enhanced reliability. The project underscores the government's commitment to renewable energy initiatives while adhering to strict federal regulations regarding environmental protection and safety. Interested contractors must submit their proposals by March 27, 2025, and can direct inquiries to Shannon Barnhill at shannonbarnhill@fws.gov.