Y--OR-BASKETT SLOUGH NWR-CACKLER BRIDGE
ID: 140FC325R0007Type: Sources Sought
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 is seeking contractors for the demolition of a failing culvert and the construction of a new prefabricated steel vehicle bridge at the Baskett Slough National Wildlife Refuge. The project aims to restore fish passage and prevent road flooding, ensuring continued public access to the refuge, and includes comprehensive planning, design, and construction services. The bridge must meet specific loading standards and comply with various federal, state, and local codes, with all work scheduled to occur between July 15, 2026, and October 1, 2026, and completion expected by December 31, 2026. Interested parties can contact Jessica Tines at jessica_tines@fws.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at restoring access routes and mitigating hazardous fuels in the Detroit Ranger District of the Willamette National Forest, Oregon. The project encompasses approximately 1,843 acres affected by the Beachie Creek and Lionshead Fires of 2020, with work including the removal of fire-killed trees, road reconstruction, and maintenance activities to enhance forest management and community safety. Interested contractors are encouraged to attend a pre-solicitation site visit on October 5, 2024, with the final solicitation expected to be issued around March 31, 2025, and contract awards planned for June 6, 2025. For further inquiries, contact Karen Ruklic at karen.ruklic@usda.gov or Heidi Andersen at heidi.andersen@usda.gov.
    BCLH Stewardship IRSC Phase 3
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking contractors for the BCLH Stewardship IRSC Phase 3 project, aimed at mitigating hazardous fuel risks and restoring access routes affected by the 2020 Beachie Creek and Lionshead Fires in Oregon's Willamette National Forest. The project encompasses the removal of fire-killed timber, management of hazard trees, and necessary road maintenance and reconstruction across a 1,843-acre area, with both mandatory and optional work activities outlined. This initiative is critical for enhancing forest health, ensuring safe access, and promoting sustainable land management practices in fire-impacted regions. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519, with a total estimated project cost between $1 million and $5 million, and the solicitation expected to be issued around March 31, 2025.
    BCLH Stewardship IRSC Phase 2
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 2 project, aimed at mitigating hazardous fuel risks along access routes affected by the 2020 wildfires in Oregon. The project encompasses approximately 1,152 acres within the Willamette National Forest and involves cutting and removing fire-killed timber, felling hazard trees, and performing essential road maintenance and reconstruction to restore access to burned areas. This initiative is critical for enhancing public safety and forest management, with a total estimated contract value for mandatory work ranging between $5 million and $10 million, and optional work estimated at $500,000 to $1 million. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with the solicitation anticipated to be issued around February 21, 2025, and contract awards planned for approximately April 25, 2025.
    BCLH Stewardship IRSC Phase 1
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the BCLH Stewardship IRSC Phase 1 project, aimed at hazardous fuel reduction and road maintenance in areas affected by the 2020 Beachie Creek and Lionshead fires in Marion County, Oregon. The project encompasses mandatory and optional work activities, including the removal of fire-killed timber, hazard tree felling, small fuels treatment, and road reconstruction, with the goal of restoring access and safety in the region. This initiative is critical for effective forest management and rehabilitation following significant wildfire impacts, ensuring compliance with federal regulations and promoting ecological safety. Interested contractors should contact Karen Ruklic at karen.ruklic@usda.gov or 208-702-3519 for further details, with an anticipated budget of $5 million to $10 million for mandatory activities and $500,000 to $1 million for optional tasks, and a solicitation issuance expected around January 15, 2025.
    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.
    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.
    OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Oregon. The project involves the rehabilitation of a 1.1-mile trail, rockfall mitigation, replacement of a failed marina bulkhead, and upgrades to restroom facilities, with a focus on enhancing visitor access and safety while adhering to environmental standards. This initiative underscores the federal commitment to maintaining national park infrastructure, with an estimated contract value between $30 million and $40 million, and a tentative completion date set for Fall 2027. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520 for further details, and should monitor SAM.gov for solicitation updates anticipated in winter 2024/2025.
    Albeni Falls Dam Fish Passage Facility
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a Fish Passage Facility at the Albeni Falls Dam. This project aims to enhance fish passage and habitat restoration, which is critical for maintaining local aquatic ecosystems and supporting fish populations. The procurement falls under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is categorized under the PSC code Y1PZ for the construction of non-building facilities. Interested contractors can reach out to Charles Idle at charles.d.idle@usace.army.mil or by phone at 206-316-3998, or Alex Marcinkiewicz at alex.r.marcinkiewicz@usace.army.mil or 360-476-4238 for further details.
    Gravel for Sacramento NWRC
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the supply and delivery of gravel and riprap services at the Sacramento National Wildlife Refuge in California. The procurement includes a base requirement for 550 tons of ¾ AB gravel, 2,000 tons of 18” minus riprap/fractured rock, and 2,000 tons of 1 ½” AB gravel, with options for additional quantities to enhance water control structures and stabilize banks along the 26.2 Canal and Access Road. This initiative underscores the importance of maintaining environmental infrastructure and supporting wildlife habitats through the engagement of small business vendors, as the opportunity is set aside for small businesses under the Federal Acquisition Regulation. Quotations must be submitted by March 26, 2025, with a performance period of 30 days post-award, and interested parties can contact Justine Coleman at justinepasiecnik@fws.gov or by phone at 413-253-8287 for further details.
    Y--John Ward Creek Bridge Replacement, KEMO
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the John Ward Creek Bridge Replacement project at Kennesaw Mountain National Battlefield Park in Georgia. The project aims to replace an unsafe footbridge with a new pedestrian/equestrian bridge, stabilize the creek bed, and restore nearby trails, with a firm fixed price contract type specifically set aside for Indian Small Business Economic Enterprises (ISBEE). This initiative is crucial for enhancing public safety and improving infrastructure within the park, ensuring compliance with federal regulations including the Davis-Bacon Act for wage determinations. Proposals are due by March 20, 2025, with a performance period from April 14, 2025, to April 13, 2026. Interested parties can contact Yanick Bard at YanickBard@nps.gov or by phone at 404-507-5743 for further information.