MI-PENDILLS CRK NFH-SAND TRAP REHAB
ID: 140FC225Q0010Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

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 a sand trap at the Pendills Creek National Fish Hatchery in Brimley, Michigan. The project aims to expand the existing sand trap from 8 feet to 20 feet wide to enhance sediment management from Videon’s Creek, requiring contractors to perform excavation, site clearing, and construction of retaining walls while adhering to safety and environmental regulations. This initiative is crucial for improving fishery resources and maintaining operational integrity at the hatchery. Interested small businesses must submit their quotations by the specified deadline, with the project scheduled for completion between May 10, 2025, and June 15, 2025, and an estimated contract value between $25,000 and $100,000. For further inquiries, contact Jeanne Mohlis at Jeanne_Mohlis@fws.gov or call 612-713-5215.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents the project specifications for the Sand Trap Expansion at the Pendill’s Creek National Fish Hatchery in Chippewa County, Michigan, aimed at increasing the capacity to handle sediment from Videon’s Creek. The Fish & Wildlife Service is soliciting bids for expanding the current sand trap from 8 feet to 20 feet wide, which involves relocating existing sheet piling and modifying access roads for maintenance purposes. The project outlines detailed work requirements, including excavation, site clearing, erosion control, landscaping, and construction of retaining walls, along with safety and inspection protocols. Key aspects of the project include contractor responsibilities for site inspections, compliance with safety regulations, and providing necessary materials and labor. Additional provisions require temporary facilities, maintenance of government property, and adherence to environmental regulations. The document underscores the importance of effective communication and coordination during the construction phase, ensuring all work complies with applicable standards. The project's completion timeline is established between May 10, 2025, and June 15, 2025. This initiative reflects the government's commitment to enhancing fishery resources while maintaining safety and environmental integrity at the hatchery.
    The document is a Request for Quotations (RFQ) related to the construction and expansion of a sand trap at the Pendills Creek National Fish Hatchery in Brimley, Michigan. The RFQ, designated 140FC225Q0010, aims to solicit bids from contractors to complete the project between May 10, 2025, and June 15, 2025, with an estimated project magnitude between $25,000 and $100,000, specifically set aside for small businesses. Significant specifications require compliance with applicable federal, state, and local regulations, including project specifications and wage determinations. The document outlines administrative clauses regarding inspection, invoicing procedures via the Department of the Treasury's Invoice Processing Platform, and federal compliance requirements such as Buy American provisions and minimum wage guidelines per Executive Order 14026. Contractors must maintain documentation for worker wages and ensure compliance with labor laws, while addressing any potential environmental impacts in their construction plans. The RFQ emphasizes the obligation for contractors to adhere to safety protocols and seeks to engage qualified firms committed to working within the given operational timeline and budget constraints.
    The document outlines wage determinations for heavy and highway construction projects in Minnesota, specifically for 11 counties. It includes the applicable minimum wage rates mandated by the Davis-Bacon Act and Executive Orders 14026 and 13658, which establish higher wage rates based on contract dates. For contracts effective on or after January 30, 2022, workers must be paid a minimum of $17.75 per hour, while earlier contracts maintain a rate of $13.30 if not renewed after that date. The document lists specific wage rates for various classifications, such as articulated hauler, laborers, electricians, and various operators, detailing both wage rates and fringe benefits. Additionally, it discusses requirements for conformance requests for necessary classifications not listed and highlights the appeals process for affected parties regarding wage determination decisions. This information is vital for contractors and workers participating in federally funded construction projects, ensuring compliance with prevailing wage standards and protecting worker rights.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    WI-IRON RIVER NFH - ICE PURCHASE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking a contractor to supply 45,360 pounds of chlorine-free ice for the Iron River National Fish Hatchery, with a focus on transporting lake and brook trout from April to June 2025. The procurement requires the ice to be delivered in a climate-controlled manner, ensuring that it does not melt and that the cubes remain separate, with specific delivery expectations including 18 pallets by April 28, 2025, and additional pallets as needed. This ice is critical for maintaining fish viability during transportation, reflecting the hatchery's operational needs. Interested parties must submit their quotations by March 3, 2025, and can contact Dana Arnold at danaarnold@fws.gov or 703-468-8289 for further information.
    REHAB MOREFIELD HOUSE AT ERWIN NFH
    Buyer not available
    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 KhanhthongMoody@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.
    UT-JONES HOLE NFH- DEGASSING PUMP REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the replacement of two degassing pumps at the Jones Hole National Fish Hatchery in Vernal, Utah. The project requires the contractor to supply two Folsom 5 horsepower Simflo pumps, adhering to specific technical specifications and regulations, with a completion deadline set for April 1, 2025. This procurement is crucial for maintaining the health of fish populations and ensuring the hatchery's operational efficiency. Interested small businesses must submit their quotes, including technical proposals and past performance references, by March 3, 2025, with further inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    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 (FWS) is soliciting bids for the construction of the Upper Carson Slough Backcountry Trail System at the Ash Meadows National Wildlife Refuge in Nevada. The project aims to enhance visitor access to the refuge's unique biodiversity and cultural significance through the design and construction of trails, parking areas, and interpretive signage that emphasizes Indigenous cultural heritage and ecological education. The estimated project magnitude ranges between $1,000,000 and $5,000,000, with a performance period of 270 days following the notice to proceed. Interested contractors should contact Shannon Barnhill at shannonbarnhill@fws.gov for further details, and must adhere to specified deadlines for proposal submissions and amendments.
    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.
    J--Hidden Lake Septic System Kenai NWR Alaska
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the installation of a new septic system at Hidden Lake within the Kenai National Wildlife Refuge in Alaska. This project, designated as a Total Small Business Set-Aside under NAICS code 238910, involves the complete demolition of the existing septic system and the construction of a new system compliant with state regulations, with a budget estimated between $250,000 and $500,000. The initiative aims to enhance recreational facilities and ensure environmental compliance, thereby improving visitor experiences while safeguarding natural resources. Proposals are due by March 7, 2025, at 3:00 PM Mountain Standard Time, and interested contractors must acknowledge receipt of amendments and be registered in the System for Award Management (SAM). For further inquiries, contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or call 703-358-2313.
    Z2LB--Fisher House Site Preparation, Minor Construction Project Project Number: 553-305
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for a minor construction project at the Detroit Fisher House, specifically focused on site preparation and improvements. The project entails replacing damaged sidewalks, curbing, and catch basins, as well as enhancing the landscaping to improve the property's entry and surroundings, executed in two phases over an estimated duration of 45 days. This initiative is crucial for maintaining infrastructure and ensuring community safety, with an estimated contract value between $100,000 and $250,000. Interested contractors must submit a detailed capabilities statement by February 25, 2025, to Contract Specialist Emil Reyes at Emil.Reyes@va.gov or by phone at 216-447-8300.
    Z--LEVEE SYPHONS CLEANING AT FWS BAYOU SAUVAGE NWR
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the cleaning of eight 18-inch syphons located in the Maxent Levee North at the Bayou Sauvage National Wildlife Refuge in Lacombe, Louisiana. Contractors are required to provide all necessary labor, materials, and equipment to achieve a minimum of 95% blockage removal from the syphons, which includes clearing debris, roots, and soil deposits, as well as vegetation around syphon entries and exits. This project is crucial for maintaining the ecological integrity of the refuge and supporting wildlife habitat management efforts. Interested small businesses must submit their proposals by February 10, 2025, and can contact Chantal Bashizi at chantalbashizi@fws.gov or 703-358-1854 for further information.
    MO NEOSHO NFH HVAC REPLACEMENT
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the HVAC replacement project at the Neosho National Fish Hatchery in Missouri. The project entails the demolition of existing heating and cooling systems and the installation of a new natural gas furnace and air conditioning unit, with a performance period from March 24, 2025, to June 3, 2025. This initiative is crucial for enhancing the infrastructure of the hatchery, ensuring compliance with federal and state regulations, and promoting environmental sustainability. Interested contractors must attend a mandatory site visit on February 27, 2025, and submit their proposals electronically, adhering to the specified guidelines, including compliance with the Buy American Act and Davis-Bacon Wage Rates. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.