Y--OR-BASKETT SLOUGH NWR-CACKLER BRIDGE
ID: 140FC325R0007Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 3Falls Church, VA, 22041, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the construction of the Cackler Bridge at the Basket Slough National Wildlife Refuge in Dallas, Oregon. This project involves the demolition of a failing culvert and the construction of a new prefabricated steel vehicle bridge, aimed at improving public access and restoring fish passage in the area. The estimated project cost ranges from $500,000 to $750,000, with a performance period extending from September 22, 2025, to December 31, 2026. Interested contractors must submit their proposals by September 11, 2025, and can direct inquiries to Jessica Tines at jessica_tines@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (USFWS) is undertaking the Fish Passage Restoration project at Basket Slough National Wildlife Refuge, necessitating the demolition of a failing 48” CMP culvert and water control structure. This will be replaced by a 60’ long by 18’ wide prefabricated steel vehicle bridge. The project scope includes planning, design, construction, and ensuring all work complies with relevant federal, state, and local codes. Key tasks involve verifying the structural integrity of bridge abutments, managing excavation and site preparation, and constructing a fully functional bridge. The project's timeline outlines a field work window from July 15, 2026, to October 1, 2026, with final completion required by December 31, 2026. All operations must occur during business hours, and contractors are responsible for all aspects of the construction, including quality control and reporting progress. The aim of this initiative is to improve public access and restore fish passage in the area, reflecting the USFWS's commitment to habitat conservation and infrastructure safety.
    The U.S. Fish and Wildlife Service requires the demolition of a failing 48-inch culvert at the Baskett Slough National Wildlife Refuge, replacing it with a new 60-foot by 18-foot prefabricated steel vehicle bridge. This project aims to restore fish passage and prevent road flooding, ensuring public access to the refuge. The scope includes planning, design, and full construction services, with specific tasks such as verifying bridge abutments, site excavation, and weekly reporting on construction progress. The bridge must meet HS25/U80 loading standards and adhere to various federal, state, and local codes. All work is scheduled within a window from July 15, 2026, to October 1, 2026, with completion by December 31, 2026. The contractor will coordinate with Technical Coordinators and must ensure compliance with contract documents and quality control standards.
    The document outlines wage determinations for heavy construction projects in Polk County, Oregon, according to the Davis-Bacon Act. It specifies minimum wage rates that contractors must pay workers based on two executive orders: Executive Order 14026, applicable to contracts initiated on or after January 30, 2022, sets a minimum wage of $17.75; while Executive Order 13658, for contracts awarded between January 1, 2015, and January 29, 2022, requires a minimum wage of $13.30. Various classifications of workers, such as carpenters, electricians, power equipment operators, ironworkers, and truck drivers are detailed alongside their respective rates and fringe benefits. The document also emphasizes that the listed wage rates are effective in 2025 and highlights specific classifications and pay distinctions based on geographic zones. Additionally, it outlines the appeals process for wage determinations and compliance with regulations, including paid sick leave requirements. This information is crucial for contractors involved in federal or state-funded construction projects, as it ensures adherence to fair labor practices and legal obligations. Overall, the document serves to inform stakeholders about labor standards and wage requirements for upcoming heavy construction contracts.
    The document outlines an amendment to solicitation number 140FC325R0007 for a construction project managed by the U.S. Fish and Wildlife Service (FWS). This amendment includes a revised Statement of Work (SOW), updated site visit details, and an extension for Phase 1 submissions. Contractors must acknowledge receipt of the amendment by a specified deadline to avoid having their offers rejected. The project has a cost estimate between $500,000 and $750,000, and a mandatory site visit is scheduled for July 23, 2025. Contractors are reminded that any awarded amount exceeding $35,000 requires a Payment Bond, and those over $150,000 require both payment and performance bonds due within ten days of the award. Additionally, Phase 1 submissions must be made via email to the contracting officer, Jessica Tines, and should exclude pricing. The performance period is set from September 8, 2025, to December 31, 2026, emphasizing the need for compliance with submission guidelines and timelines. This document is part of the government’s process to ensure structured and regulated procurement practices in federal projects.
    This document, Amendment 0002 to Solicitation 140FC325R0007, outlines the commencement of Phase 2 for a federal government solicitation process. Only offerors selected from Phase 1 are eligible to submit proposals. Key deadlines include August 27, 2025, at 10:00 am PST for Phase 2 questions, which must be submitted via email to jessica_tines@fws.gov. The Phase 2 proposal due date is September 11, 2025, at 10:00 am PST. Contractors are reminded of bonding requirements: a payment bond for awards over $35,000, and both payment and performance bonds for awards over $150,000. Bonds are due within 10 calendar days after award. The project magnitude is estimated between $500,000 and $750,000, with a performance period from September 22, 2025, to December 31, 2026. The amendment also details changes to line items 00010 (Ancillary Design & Review), 00020 (Bid Option - Task 2: Culvert Demolition), and 00030 (Task 3: Bridge Construction).
    The solicitation document, associated with the federal project for the design and construction of the Cackler Marsh Bridge at Baskett Slough National Wildlife Refuge in Dallas, OR, requires the submission of sealed bids from contractors for a firm fixed-price construction contract. Key points include the contractor's obligation to produce all necessary labor, materials, and supervision to meet the project's scope as outlined in specifications and drawings. The work is projected to begin on June 12, 2025, and be completed by December 31, 2026, with a magnitude ranging from $500,000 to $1 million. Contractors are reminded to secure performance and payment bonds, especially as costs exceed $35,000. An optional site visit and the deadline for questions are also specified to ensure clarity pre-award. Comprehensive clauses regarding inspection, acceptance, and payment processes are included to govern contract administration effectively. The document emphasizes compliance with environmental regulations and conditions surrounding hazardous materials. Additional sections focus on contractual obligations with regard to subcontracting limits, employee safety requirements, and adherence to the Buy American statute for construction materials. Overall, this solicitation outlines the requirements and expectations for bidders aiming to contribute to this significant federal infrastructure project.
    Lifecycle
    Similar Opportunities
    WA NP MORA 11(1), Fryingpan Creek Bridge
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WA NP MORA 11(1) project, which involves the replacement of the Fryingpan Creek Bridge in Mount Rainier National Park, Washington. The project entails constructing a new 218.5-foot long steel plate girder bridge with a cast-in-place concrete deck, along with roadway realignment, parking lot construction, minor pipe culvert replacement, and stone masonry work. This initiative is crucial for maintaining infrastructure integrity and enhancing transportation safety within the park, with an estimated contract value between $10 million and $20 million. Interested vendors should note that the tentative solicitation date is set for Winter 2026, with a fixed completion date anticipated in Summer 2029; for further inquiries, they can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520.
    John Day Transportation and Site Access
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. This project involves grinding, paving, and striping approximately 1.02 miles of roadway, with an estimated cost between $700,000 and $2,000,000, and a tentative completion date set for Summer 2026. The improvements are crucial for enhancing road safety and infrastructure in the area, and the contract will be awarded as a sealed bid, firm-fixed-price arrangement. Interested vendors should register on SAM.gov to receive notifications about the solicitation documents, which are expected to be released in early 2026, and can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.
    Camas Prairie Fence
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.
    WA ERFO FS MTBKR605 2022-1(3), Mt. Baker – Forest Road 11 MP 23.9 Repair
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the emergency repair of Forest Road 11 at Mile Post 23.9 in the Mt. Baker-Snoqualmie National Forest, located in Whatcom County, Washington. The project involves critical roadway repairs, including subexcavation, aggregate surfacing, and the installation of root-wad/riprap embankments, aimed at addressing a significant roadway failure. This infrastructure repair is essential for maintaining safe access and environmental protection within federal lands. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative solicitation date set for Winter/Spring 2025 and a completion deadline by Fall 2026. Interested parties can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.