REPAIR OF WATER LEAK OF BURROWS POND
ID: 140G0125Q0029Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Site Preparation Contractors (238910)

PSC

REPAIR OR ALTERATION OF UNIMPROVED REAL PROPERTY (LAND) (Z2PC)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking qualified contractors to repair a leaking underground water line at the Conte Anadromous Fish Lab Facility in Turners Falls, Massachusetts. The project involves significant excavation and repair work on the water supply system for the facility's upper burrows ponds, which are critical for fisheries holding and experimentation. This initiative is part of the federal commitment to maintaining environmental research facilities and ensuring operational efficiency, with a contract duration of 86 days following the notice to proceed. Interested small businesses must submit their proposals by February 21, 2025, and are encouraged to attend a site visit on February 12, 2025. For further inquiries, contact Dayna Parkin at dparkin@usgs.gov or 703-648-7374.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines wage determination specifications for building construction projects in Massachusetts, specifically for Berkshire, Franklin, Hampden, and Hampshire counties, effective November 8, 2024. It discusses the applicability of the Davis-Bacon Act and relevant Executive Orders, including wage rates that must be paid to workers based on contract terms. Contracts entered into after January 30, 2022, require a minimum hourly wage of $17.20, while those awarded between January 1, 2015, and January 29, 2022, stipulate a base rate of $12.90. Various classifications of workers are given, along with their respective wage rates and fringe benefits, ranging from insulators and boilermakers to laborers and electricians. Additionally, it details the appeals process for wage determination disputes and encourages contractors to submit requests for classifications not listed. The document serves as a crucial reference for federal contracts under the Davis-Bacon Act, ensuring compliance with labor standards and worker protections. Compliance with proper wage rates and classification ensures protection for workers on federally funded construction projects in designated Massachusetts counties.
    This government document outlines a pricing structure for various construction tasks through a Request for Proposal (RFP). The file lists firm-fixed price line items, including excavation, concrete work, and cleanup, all presented as lump sums (LS). Additionally, it includes option line items for specific tasks such as repair/install concrete and asphalt surfacing, specified per square foot or as LS. Further, the document addresses time and materials loaded hourly rates for labor associated with repair tasks. Notable descriptions include plumbing for pipe and valve repair and backfilling with provided materials. Each labor category may be accompanied by detailed hourly rates, which are critical for assessing overall project costs. This RFP aims to secure bids from contractors for construction and repair services, aligning with federal and state funding guidelines and maintaining compliance with relevant regulations. The structured format allows for clear categorization of services and pricing, facilitating effective comparison among proposals.
    The document serves as a Release of Claims form utilized by contractors working with the United States Department of the Interior. It stipulates that upon completion of contractual work, the contractor must provide a formal release of claims to the United States prior to receiving final payment. This release discharges the U.S. from all debts, liabilities, obligations, and demands related to the contract, with the exception of specified terms. The form requires the contractor's signature and certifies their authority to sign on behalf of the contracting entity, whether it be a corporation, partnership, joint venture, or individual. The document emphasizes the significance of settling claims to ensure compliance and finalization of contractual agreements within the context of federal procurement and funding processes. The structured format includes sections for the names of parties involved, payment details, and certification of authority, ensuring clear documentation and accountability in federal contracting. Overall, this form underscores the procedural requirements necessary for contractors to successfully conclude their obligations to the government.
    The document is a certified payroll form (WH-347) for contractors and subcontractors under the Davis-Bacon Act, detailing information required for compliance with wage regulations on federal construction contracts. It mandates that contractors submit weekly payroll records, including workers' wages, labor classifications, hours worked, and associated benefits. The certified statement ensures that laborers receive the prevailing wage rates as specified in the wage determinations incorporated into their contracts. Each payroll record must be accompanied by a signed compliance statement affirming the accuracy of the information and adherence to wage laws. The document specifies the required data fields, including personal details of workers, wage rates, deductions, and net pay, while highlighting the potential legal repercussions for falsifying information. Overall, the WH-347 form serves as a crucial tool for ensuring transparency and compliance with labor laws in federally funded projects, reinforcing accountability among contractors and safeguarding workers' rights. The emphasis on weekly submissions illustrates the government's commitment to enforcing fair labor practices.
    The document is a Statement and Acknowledgment form associated with federal procurement procedures, aimed at documenting the contractual relationship between a prime contractor and subcontractor. It outlines essential information including prime contract details, subcontractor identities, awarded subcontract specifics, and acknowledgment of specific labor and wage-related clauses. Key sections include the identification of parties involved, the nature of the work assigned to the subcontractor, and several labor compliance requirements stemming from the prime contract. It addresses critical regulations such as the Contract Work Hours and Safety Standards Act, various payroll requirements, and compliance with construction wage rates. The form emphasizes the necessity for accurate reporting and compliance with federal standards in subcontractor engagements, which are crucial for maintaining labor standards and governance in federal projects. Overall, this document facilitates accountability and transparency in the procurement process, ensuring that all parties are aware of their responsibilities under the federal contracting framework.
    The document outlines the requirements and structure for a payment bond, specifically designed to protect individuals providing labor or materials for federally funded projects under 40 USC Chapter 31, Subchapter III. It details the necessary information regarding the Principal and Surety(ies), including their names, addresses, type of organization, and the penal sum of the bond. The obligation details clarify that the bond is valid if the Principal makes timely payments to those supplying labor or materials according to the contract. Signatures of authorized representatives and corporate seals are mandatory for validation. The document prescribes instructions for filling out the form correctly, emphasizing the need for approved sureties listed by the Department of the Treasury. It also mentions that deviations require explicit approval from the General Services Administration. The form adheres to the Paperwork Reduction Act, establishing guidelines for compliance and documentation. This payment bond is a crucial element within federal RFPs and grants, ensuring that all involved parties are financially protected and legally bound to fulfill their contractual obligations.
    The Past Performance Questionnaire is a critical document used in federal and state procurement processes to evaluate contractors' previous work. Complete by a technical manager or contracting officer, it collects information about a contractor's name, contract number, type, client details, project scope, performance issues, and evaluation factors such as service quality, personnel management, and customer satisfaction. The questionnaire includes specific ratings (e.g., Unsatisfactory to Excellent) based on outcomes in areas like financial controls and timeliness of performance. The goal is to ensure contractors meet or exceed contract requirements, contributing to informed decision-making in future contracting opportunities. Organizations utilizing this questionnaire aim to gauge contractor reliability, effectiveness, and overall performance while supporting small business subcontracting goals. The document underscores the importance of comprehensive evaluation in maintaining contract integrity and accountability within government funding parameters.
    The Conte Anadromous Fish Lab requires the repair of a leaking underground water supply line serving the upper burrows ponds used for fisheries experimentation. The project includes excavation to determine the extent of the leak, with fixed and time-and-materials pricing anticipated for unpredictable repairs. Qualified contractors must provide proof of capability, a safety plan, technical methodologies, and details on required equipment in their bids. Key tasks include excavation, leak testing, asphalt restoration, and compliance with OSHA safety regulations. The project is set to occur over 86 days at the lab's facility in Turners Falls, MA, with no government-supplied resources. Contractors must ensure no disruption to ongoing research, complete work during business hours, and report any progress to the Contracting Officer's Representative. The effectiveness of contractor work will be assessed through inspections, with contractors liable for any damages to existing infrastructure during the process. Overall, this initiative underscores the federal government’s focus on maintaining environmental research facilities efficiently while adhering to safety and operational standards.
    The document outlines a federal Request for Proposal (RFP) for a construction project by the U.S. Geological Survey (USGS), specifically focusing on repairing a water leak at the Conte Anadromous Fish Lab in Turners Falls, MA. It is designated as a "100% Small Business Set-aside," emphasizing the commitment to supporting small businesses. The project requires the contractor to commence work within 14 days of award and complete it within 86 days. The contractor must comply with various regulations, including the Davis-Bacon Act for prevailing wages, and is responsible for providing performance and payment bonds. Key deliverables including work schedules, invoices, and regular performance updates are outlined. The document specifies sustainable practices and provides guidance on reporting and performance evaluation criteria, ensuring adherence to environmental regulations. Given the nature of the RFP, it plays a crucial role in ensuring transparency, compliance, and accountability in federal contracting, while also fostering local economic development through small business participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Well Abandonment Easton MD
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking a licensed contractor for the abandonment of a monitoring well in Easton, Maryland, as part of its environmental compliance efforts. The primary objective of this procurement is to seal and fill the well in accordance with state and local regulations, ensuring the restoration of the land surface and adherence to relevant standards before the project deadline of June 30, 2025. This contract is crucial for maintaining environmental safety and compliance, as well as for the proper management of water resources in the region. Interested contractors should contact Mindie Dixon at mdixon@usgs.gov or (703) 648-7375 for further details regarding the solicitation and submission process.
    VA-CHINCOTEAGUE Underground Conduit
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the construction of an underground conduit installation project at the Chincoteague National Wildlife Refuge in Virginia. The project, budgeted at less than $25,000, involves trenching approximately 310 feet, installing conduit, and making necessary asphalt repairs, with a contract duration of 14 days scheduled to commence on April 14, 2025, and conclude by April 30, 2025. This initiative underscores the government's commitment to environmental stewardship and compliance with federal regulations, including adherence to wage determinations and the protection of endangered species. Interested contractors must submit sealed bids by the specified deadline and can direct inquiries to Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
    Reverse Osmosis System
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotations for a Reverse Osmosis (RO) System, with a delivery deadline set for April 15, 2025. The procurement includes specific requirements such as a 150-gallon holding tank, filtration capabilities, a water softening system, and additional equipment necessary for water purification, along with warranty, installation, and training services. This system is crucial for ensuring high-quality water supply for various analytical and research purposes within the agency. Quotations must be submitted by March 18, 2025, to Margaret Hewitt via email, and the contract will be awarded based on the lowest priced, technically acceptable offer, emphasizing compliance with federal acquisition regulations. Interested parties can reach out to Karen La Bouff-Kind at klabouff-kind@usgs.gov or by phone at 303-236-9315 for further inquiries.
    QSB FUME HOOD REMOVAL
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking contractors for the removal and disposal of a perchloric fume hood and related equipment from the National Water Quality Laboratory at the Denver Federal Center. The project requires contractors to ensure compliance with federal, state, and local regulations throughout the demolition process, including site preparation, utility coordination, and site cleanup after the removal. This procurement is critical for maintaining safety and environmental standards within the facility, emphasizing the importance of minimizing potential contaminants and disruptions. Interested contractors should note that the performance period is set from March 26, 2025, to June 25, 2025, and can contact Philip Robinson at probinson@usgs.gov for further details.
    D--SOFTWARE SUPPORT-earthquake monitoring and data pr
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals from qualified small businesses for a federal contract focused on software support for earthquake monitoring and data distribution services. The contract, which spans five years from April 1, 2025, to March 31, 2030, aims to maintain and enhance various software systems integral to the Advanced National Seismic System (ANSS), ensuring effective monitoring and response capabilities for seismic events. This initiative is critical for advancing public safety and scientific inquiry related to earthquakes, with a minimum order of $70,000 and a maximum contract value not to exceed $5 million. Interested parties must submit their proposals by March 24, 2025, and can direct inquiries to Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    R--Recon and Data Collection Walrus Aggregation
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide reconnaissance and data collection services for walrus aggregation mapping in the northern Bering and Chukchi Seas. The objective of this procurement is to gather real-time data on walrus locations to assess the impact of declining sea ice on Pacific walrus populations, which is critical for wildlife management and conservation efforts. Contractors will be responsible for conducting reconnaissance operations, ensuring data accuracy, and submitting timely reports, with the performance period scheduled from June 2 to June 25, 2025, and a final summary report due by June 30, 2025. Interested small businesses must submit their proposals by March 6, 2025, and can direct inquiries to Joel Berberena at jberberena@usgs.gov.
    56--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 materials for the Sacramento National Wildlife Refuge, under solicitation number 140FGA25Q0009. The procurement includes a base requirement for 550 tons of ¾ AB gravel, 2,000 tons of 18” minus riprap, and 2,000 tons of 1 ½” AB gravel, with options for additional quantities, all aimed at enhancing water control structures and stabilizing banks within the refuge. This initiative underscores the importance of maintaining environmental infrastructure while engaging small business vendors, as the contract is set aside for total small business participation. Quotations must be submitted by March 26, 2025, with a performance period expected to commence 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.
    66--BUILD AND INSTALL SONDE
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals from small businesses for the construction and installation of a seismic sonde at the San Andreas Fault Observatory at Depth (SAFOD) in California. The procurement aims to develop a new seismic instrument that addresses previous operational failures and enhances data collection capabilities, with key deliverables including the assembly of a seismometer package designed to withstand high pressure and temperature conditions, along with installation support and thorough testing of geophones and optical fibers. This initiative underscores the importance of specialized scientific equipment in advancing geological research and monitoring. Proposals are due by March 24, 2025, with the performance period scheduled from April 1 to May 31, 2025; interested parties should direct inquiries to Victor Nuno at vnuno@usgs.gov or call 916-278-9442.
    Boundary Maintenance Services, Westville Lake, Southbridge, MA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for boundary maintenance services at Westville Lake in Southbridge, MA. The primary objective is to identify, clear, and mark approximately 11.82 miles of boundary lines, with an optional task for an additional 8.15 miles, ensuring compliance with safety and environmental regulations. This initiative is crucial for maintaining the integrity of federal lands and preventing encroachment, thereby supporting the operational standards of the dam. Interested small businesses must submit their proposals by March 13, 2025, at 2:00 PM Eastern Time, and can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or 978-318-8324 for further information.
    44--Replacement Boiler
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to replace an existing Fulton boiler at the Wetland and Aquatic Research Center in Lafayette, Louisiana. The procurement involves the removal of the malfunctioning boiler and the installation of a new unit that meets specified technical requirements, including compliance with federal, state, and local safety codes. This project underscores the importance of maintaining facility efficiency and adhering to safety and regulatory standards in government contracts. Interested small businesses must submit their quotations by March 19, 2025, at 2:30 PM MT, via email to Mindie Dixon at mdixon@usgs.gov, and must be registered in the System for Award Management (SAM) to be eligible for contract award.