Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
ID: 140FGA25R0004Type: Presolicitation
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 Department of the Interior, through the U.S. Fish and Wildlife Service, is preparing to solicit bids for the construction of a new office and maintenance facility at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama. The project aims to enhance infrastructure and operational effectiveness within national wildlife refuges, with the contractor responsible for providing all necessary materials, labor, and equipment in accordance with specified codes and standards. The contract is expected to be valued between $1 million and $5 million, with a performance period of 428 calendar days post-award and a projected award date around March 2025. Interested small businesses are encouraged to reach out to Contracting Officer Ian Young at ian_a_young@fws.gov for further inquiries, and a pre-proposal conference and site visit details will be included in the solicitation package.

    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.
    Lifecycle
    Similar Opportunities
    ASPHALT REPAIR AT BIG BRANCH MARSH NWR
    Buyer not available
    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 KhanhthongMoody@fws.gov or call 404-679-4022.
    Gulf Islands National Seashore
    Buyer not available
    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.
    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.
    LEVEE SYPHONS CLEANING AT FWS BAYOU SAUVAGE NWR
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the cleaning of eight 18-inch syphons located in the Maxent Levee North at the Bayou Sauvage National Wildlife Refuge in Lacombe, Louisiana. Contractors are required to provide all necessary labor, materials, and equipment to achieve a minimum of 95% blockage removal from the syphons, which includes clearing debris, roots, and soil deposits, as well as vegetation around syphon entries and exits. This project is crucial for maintaining the ecological integrity of the wildlife refuge and ensuring effective water management within the area. Interested small businesses must submit their proposals by February 7, 2025, and can contact Chantal Bashizi at chantalbashizi@fws.gov or 703-358-1854 for further details.
    Y--NV Upper Carson Slough Backcountry Trail System
    Buyer not available
    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.
    LA-BIG BRANCH MARSH NWR-HURRICANE SHUTTE
    Buyer not available
    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.
    MN-FWS ARD-FSHRS-BPA SET UP-REPAIR SRVC
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for the repair and maintenance of small watercraft, motors, and trailers, specifically for the Alpena Fish and Wildlife Conservation Office in Gibraltar, Michigan. The procurement aims to cover a range of services including preventative maintenance, metal fabrication, and repairs for Mercury and Suzuki motors, as well as trailer maintenance and towing services. This initiative is crucial for ensuring the operational efficiency of the USFWS's fleet, which supports wildlife conservation efforts. Interested vendors must submit detailed quotations, including pricing lists and relevant certifications, with a total obligation capped at $250,000 over a five-year period. For further inquiries, vendors can contact Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    AZ HAVASU NWR BOAT RAMP REPLACEMENT
    Buyer not available
    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.
    56--FWS LA BAYOU SAUVAGE NWR LIMESTONE
    Buyer not available
    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 procurement is designated as a Total Small Business Set-Aside, emphasizing the importance of engaging small businesses in federal contracting opportunities. This limestone will be utilized to enhance the parking lot at the refuge, ensuring proper grading and depth for effective use. Interested vendors must submit their quotations by January 30, 2025, with inquiries directed to Contract Specialist Lee Ann Riley by January 23, 2025. The anticipated period of performance for the contract is from February 6 to March 31, 2025, and all submissions must comply with the outlined requirements, including registration in the System for Award Management (SAM).
    REHAB MOREFIELD HOUSE AT ERWIN NFH
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of the Morefield House at the Erwin National Fish Hatchery in Tennessee. The project involves significant renovations, including the removal and replacement of 59 windows and doors to enhance energy efficiency while preserving the historic integrity of the structure, which dates back to 1903. This initiative underscores the federal commitment to heritage preservation and environmental responsibility, requiring contractors to adhere to safety protocols, manage hazardous materials, and comply with federal wage determinations. Interested contractors should contact Khanhthong Moody at KhanhthongMoody@fws.gov or 404-679-4022, with the estimated project cost ranging between $150,000 and $200,000 and a performance period of 455 calendar days upon notice to proceed.