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
    Surface Water Database Cleanup REQUEST FOR QUOTE
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotations for a project focused on the cleanup and maintenance of the Oregon Surface Water Database, with a specific emphasis on rectifying errors and omissions in hydrologic data. The objective is to ensure compliance with USGS standards and enhance public accessibility to the data through the National Water Information System (NWIS) web, involving tasks such as removing erroneous historical data and conducting quality assurance reviews. This project is critical for maintaining the integrity of water quality data and will require contractors to have expertise in the Oregon Water Science Center's database systems. Proposals must be submitted electronically by February 14, 2025, with inquiries directed to Contract Specialist Rupert Lujan at rlujan@usgs.gov.
    CO MONTE VISTA NWR WELLS REHAB
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for the rehabilitation of five wells at the Monte Vista National Wildlife Refuge in Colorado, under Solicitation No. 140FGA25R0005. The project involves the repair and installation of water wells, requiring contractors to provide all necessary materials, equipment, and labor while adhering to federal, state, and local regulations. This initiative is crucial for restoring the functionality of the wells, ensuring environmental compliance, and maintaining safety standards throughout the project. Interested bidders should note that the contract value is estimated between $250,000 and $500,000, with a performance period of 120 days post-notice to proceed, and a site visit scheduled for February 4, 2025. For further inquiries, potential bidders can contact Channel Pedersen at channelpedersen@fws.gov or by phone at 413-253-8365.
    GAS-POWERED FISH PUMP
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotations for the procurement of one Aqua-Life BioStream Model BP25G gas-powered fish pump, issued under RFQ Number 140G0225Q0015. This solicitation is a Total Small Business Set-Aside, requiring vendors to provide a product that meets specific minimum salient characteristics related to capacity, power source, and pump capabilities, with delivery expected within 120 days after receipt of order. The gas-powered fish pump is essential for research-related activities aimed at the conservation of aquatic species. Interested vendors must be registered and active in the System for Award Management (SAM) and submit their quotations by February 17, 2025. For further inquiries, Lisa Williams can be contacted at ldwilliams@usgs.gov or by phone at 303-236-9327.
    B--NYC Water Sample Disinfection Byproduct Analysis
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide laboratory analysis services for New York City's drinking water samples, specifically to assess disinfection byproduct formation potential. The contract requires the analysis of regulated trihalomethanes (THM) and haloacetic acids (HAA) using certified EPA methods, with a minimum of 100 samples and a maximum of 1,000 samples analyzed annually over a one-year period, with options for four additional one-year extensions. This initiative is crucial for ensuring compliance with federal water quality standards and maintaining public health safety. Interested vendors must submit their proposals by February 6, 2025, and can direct inquiries to Daniel Galvin at dgalvin@usgs.gov.
    GPSC5 Sources Sought
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify small businesses and Indian Small Business Economic Enterprises (ISBEEs) capable of providing professional mapping services under specific NAICS codes. The required services include remotely sensed data acquisition and the processing of high-resolution topographic and geophysical data, all to be performed under the supervision of qualified professionals. This initiative is crucial for supporting the USGS's science mission and involves managing projects of at least 1,500 square miles in size. Interested firms must submit their capability statements, including relevant performance history and socioeconomic status, by February 28, 2025, to Trisha Beals at tbeals@usgs.gov, ensuring they have a DUNS number and active registration on SAM.gov.
    Standard and microprobe polished thin sections
    Buyer not available
    The U.S. Geological Survey (USGS) is soliciting quotations for the processing of rock samples under Request for Quotation (RFQ) number 140G0325Q0029, specifically targeting small businesses. The contract involves the preparation of standard petrographic and microprobe polished thin sections for approximately 350 samples annually, with a focus on geological services in the Yukon-Tanana upland region of Alaska. This procurement is crucial for advancing geological research and resource assessment in the area, with a performance period from February 19, 2025, to February 18, 2030, and options for four additional years. Interested vendors must submit their quotations electronically by the specified deadline and demonstrate relevant experience, while also adhering to federal regulations, including wage standards outlined in Wage Determination No. 2015-5681, which mandates a minimum wage of $17.75 per hour for applicable occupations in Alaska. For further inquiries, interested parties can contact Victor Nuno at vnuno@usgs.gov or by phone at 916-278-9442.
    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.
    TEMPORARY BERTHING SPACE FOR THE MUSKIE
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals for leasing temporary berthing space for the Research Vessel "Muskie" on Lake Erie. The contractor will be responsible for providing secure dock space, operational support, and necessary facilities from March 1, 2025, to February 28, 2028, including shore power, security measures, and accessibility for personnel and supplies. This procurement is crucial for supporting USGS research activities, ensuring the vessel is adequately housed and operational during its research missions. Interested small businesses must submit their proposals for berthing facilities located between Port Clinton and Fairport Harbor, Ohio, and can contact Jason Harris at jharris@usgs.gov or 303-236-9316 for further details.
    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.
    GLCA Lees Ferry Water System Maintenance: Water I
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the maintenance of the Lees Ferry water system in Glen Canyon National Recreation Area, specifically focusing on the replacement of water intake piping and pumps. This project requires contractors to remove and replace water intake structures while ensuring the continuous operation of the existing water distribution system, adhering to federal regulations and performance standards. The maintenance of this water system is crucial for the sustainability of water supply in the area, supporting both ecological and recreational needs. Interested contractors must submit their proposals by the specified deadline, with the contract period set from March 1, 2025, to June 30, 2025. For further inquiries, potential bidders can contact Kimberley Greist at kimgreist@nps.gov or call 202-897-7403.