REHAB MOREFIELD HOUSE AT ERWIN NFH
ID: 140FC125R0003Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF FAMILY HOUSING FACILITIES (Z2FA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting 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 Khanhthong_Moody@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.

    Point(s) of Contact
    Moody, Khanhthong
    (404) 679-4022
    (404) 679-4057
    Khanhthong_Moody@fws.gov
    Files
    Title
    Posted
    The Statement of Work outlines the rehabilitation project for the Morefield House, part of the Unicoi County Heritage Museum at the Erwin National Fish Hatchery in Tennessee. Built in 1903, the house requires the removal and replacement of 59 windows and doors to maintain its historic integrity while improving energy efficiency. Contractors must conduct a pre-proposal site visit, during which they can assess the building's conditions. Detailed requirements specify window materials, with a preference for decay-resistant wood that lasts over 50 years, alongside a commitment to preserving the house's historical appearance. Demolition efforts must ensure the safe removal of existing materials, with responsibility for debris disposal resting on the contractor. Additionally, safety protocols, regulatory compliance, and reporting of construction and demolition waste are emphasized. The project exemplifies the federal government's initiative to preserve heritage while modernizing facilities, underscoring environmental responsibility and public safety. Contractors are obligated to provide work schedules to accommodate the museum’s antique furnishings and ensure a collaborative and respectful restoration process.
    The document appears to be a corrupted or improperly formatted government file likely containing information related to federal and state/local Requests for Proposals (RFPs) and grants. Despite the overwhelming amount of unintelligible text, the organization structure of a standard RFP can be inferred, comprising sections that outline the purpose, eligibility criteria, application process, funding opportunities, and compliance requirements. Typically, RFPs are designed to solicit proposals from businesses or organizations interested in providing services or products to government agencies, detailing the necessary background, objectives, and expected outcomes. It is crucial for applicants to understand guidelines, evaluation criteria, and submission deadlines to align their proposals accordingly. The essence of such documents is to streamline the procurement process, ensuring transparency, accountability, and efficient allocation of federal or state resources. They support local development initiatives and enable stakeholders to compete for grants that may facilitate project implementation. In summary, while the document itself is unclear due to corruption, understanding the structure and purpose of government RFPs is essential for effectively navigating opportunities for funding and collaboration.
    The solicitation document (No. 140FC125R0003) is issued by the federal government for the purpose of rehabilitating the Morefield House at the Erwin National Fish Hatchery in Tennessee. The project estimate ranges between $150,000,000 and $200,000,000, with a specified performance period of 455 calendar days upon notice to proceed. It requires sealed bids, detailing compliance with federal wage determinations and completion guidelines. Submission entails providing price quotes and acknowledging amendments prior to the bidding deadline. Key aspects include contractor responsibilities regarding performance bonds, environmental protections, and adherence to safety regulations. Special considerations also involve managing hazardous materials and ensuring compliance with the Buy American Act. The document requires detailed reporting on any hazardous materials encountered and outlines federal compliance expectations. Contractual performance includes maintaining standards for worker safety and environmental conservation, underscoring the federal commitment to responsible project execution and regulatory adherence. The successful bid will highlight the responding contractor's qualifications and ability to comply with federal procurement regulations while executing the rehabilitation effectively.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    VA HARRISON LAKE NFH VC ROOF
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the reroofing of the Visitor Contact Station at the Harrison Lake National Fish Hatchery in Virginia. The project entails replacing the existing roof, which covers approximately 2,600 square feet, with new asphalt shingles, including the removal and offsite disposal of the current roofing materials. This initiative is crucial for maintaining the facility's integrity and ensuring compliance with safety and environmental regulations, including adherence to federal labor standards. Interested contractors must attend a mandatory site visit on February 10, 2025, submit questions by February 12, 2025, and provide quotes by February 21, 2025, with the contract period running from March 17, 2025, to June 30, 2025. The estimated project cost is less than $25,000, and inquiries can be directed to Bill Koski at williamkoski@fws.gov.
    Bunkhouse HVAC National Key Deer Refuge, FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals for a construction contract titled "Bunkhouse HVAC National Key Deer Refuge, FL," aimed at improving the energy efficiency of the bunkhouse air conditioning system at the National Key Deer Refuge in Big Pine Key, Florida. The project involves replacing an old air handler and condenser, modifying ductwork, and ensuring proper installation and testing of the new system, with a total contract value of less than $25,000. This initiative is crucial for reducing operational costs and preventing mold growth, aligning with federal objectives for energy efficiency in government facilities. Interested contractors must submit their quotes by February 25, 2025, and can direct inquiries to Contracting Officer Elvia Arellano at elviaarellano@fws.gov or by phone at 505-431-2736.
    Y--HVAC Replacement - VA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of the HVAC system at the Harrison Lake National Fish Hatchery in Charles City, VA. This project is designated as a Total Small Business Set-Aside and requires contractors to provide a technical response detailing the scope of work, material pricing, and a preliminary schedule, with a performance period of three months post-award. The initiative is crucial for maintaining efficient operations at the hatchery, as the existing HVAC system is outdated and inefficient. Proposals are due by February 25, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors must register in the System for Award Management (SAM) and comply with federal guidelines, with the estimated construction cost ranging between $25,000 and $100,000. For further inquiries, contact Christine Beauregard at ChristineBeauregard@fws.gov or call 413-253-8232.
    Y--FODO 253278 - Rehabilitate the Visitor Center
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, TN. The project aims to complete existing work, repair previously installed elements, and construct a new two-story addition that will include an elevator and an interpretive center, with an estimated construction cost between $1-5 million. This rehabilitation is crucial for enhancing visitor experience while ensuring the park remains accessible during construction, which is expected to take 365 days. Interested businesses must submit their qualifications, bonding capacity, and prior experience by 5 PM EST on March 3, 2025, to John Babcock at johnbabcock@nps.gov, as part of the preliminary market research to inform the NPS's acquisition strategy.
    Z--NV-DESERT NWRC-WHIN-MARSH LEVEE REPAIR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking responses for the WHIN Marsh Levee Repair Project at the Pahranagat National Wildlife Refuge in Alamo, Nevada. This project involves the repair of the WHIN Marsh levee system, which is crucial for habitat management for migratory birds, particularly waterfowl, and includes the replacement of four water control structures and the design of a three-foot wide aluminum access catwalk with safety features. The initiative underscores the USFWS's commitment to wetland management and habitat preservation, with a primary NAICS code of 237990 and a size standard of $45 million. Interested businesses are encouraged to submit their Unique Entity Identifier (UEI), business type, and a document detailing their capabilities by February 7, 2025, to Shannon Barnhill at shannonbarnhill@fws.gov.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting bids for the rehabilitation of park bathhouses at Hot Springs National Park, specifically under project number HOSP 318915. The project aims to restore and upgrade critical building systems, including electrical, mechanical, and plumbing, while preserving the historical integrity of the facilities. This initiative is vital for enhancing visitor experiences and ensuring the functionality of these historic structures, with an estimated construction magnitude exceeding $10 million. Interested contractors must submit their proposals by February 7, 2025, and can direct inquiries to Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    Asbestos Abatement at Moosehorn NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking contractors for the asbestos abatement project at Moosehorn National Wildlife Refuge in Baring, Maine. The project involves the removal and disposal of approximately 1,035 square feet of asbestos-containing shingles from the Quarters 20 Garage, with strict adherence to state regulations and environmental safety protocols. This initiative is crucial for maintaining a safe and compliant environment within the refuge, ensuring the health of both workers and wildlife. Interested contractors should note that bids are due by February 21, 2025, with a total project cost estimated to be under $25,000, and can contact William Koski at williamkoski@fws.gov for further information.
    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.
    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.
    Z--ME-CRAIG BROOK NFH-REHAB WATER TREATMENT
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of water treatment systems at the Craig Brook National Fish Hatchery in East Orland, Maine. The project involves the systematic removal and replacement of sand filter media in six filters to ensure a safe water supply critical for the propagation of endangered Atlantic salmon, with a focus on adhering to environmental regulations and safety standards. This rehabilitation is vital for enhancing water quality and supporting wildlife conservation efforts. Interested contractors must submit their bids by February 6, 2025, with the contract performance period scheduled from March 1, 2025, to September 30, 2025. For further inquiries, contact Sanford Carson at sanfordcarson@fws.gov.