Y--NV Upper Carson Slough Backcountry Trail System
ID: 140FC325R0003Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking contractors for the construction of the Upper Carson Slough Backcountry Trail System at the Ash Meadows National Wildlife Refuge. The project requires sealed bids from qualified firms, with a contract magnitude estimated between $1,000,000 and $5,000,000, and mandates that work commence within 10 calendar days of notice to proceed, to be completed within 270 days. This construction project is vital for enhancing recreational access and environmental stewardship in the area. Interested contractors must acknowledge amendments to the solicitation and submit proposals by February 26, 2025, with questions due by February 7, 2025; for further inquiries, contact Shannon Barnhill at shannon_barnhill@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service is preparing to issue a Request for Proposal (RFP) under Solicitation Number 140FC325R0003, targeting small businesses in accordance with federal guidelines. The procurement, categorized under NAICS code 237990, will utilize a Firm Fixed Price contract method with evaluations based on technical approach, past performance, key personnel capabilities, work schedule, and price. Key documents, including the Statement of Work, will be posted on the System for Award Management (SAM) website around January 2, 2025. Contractors must be registered in SAM for participation, with payments processed via Electronic Funds Transfer. The designated contracting officer is Shannon Barnhill, who will only accept written inquiries regarding the RFP. This initiative signifies a commitment to transparency and competitiveness in federal contracting, ensuring that qualified small businesses have the opportunity to engage in federal projects.
    The document details an amendment to the solicitation numbered 140FC325R0003 concerning construction services at the Ash Meadows National Wildlife Refuge, specifically for the Upper Carson Slough Backcountry Trail System. The amendment establishes a new deadline for Phase I questions, now due on January 8, 2025, and confirms that project funding is subject to availability. The overall project is estimated to cost between $1,000,000 and $5,000,000. The amendment requests that contractors acknowledge receipt through specified methods prior to the submission deadline to avoid rejection of their offers. It also outlines procedural details for modifying existing contracts and emphasizes the importance of compliance with the solicitation requirements. Contact information for the contracting officer is provided, ensuring effective communication. This document illustrates the federal government's formal process for managing construction solicitations and amendments.
    This document pertains to Amendment 0002 of RFP 140FC325R0003 concerning the construction of the Upper Carson Slough Backcountry Trail System at the Ash Meadows National Wildlife Refuge. It outlines requirements for contractors regarding acknowledgment of the amendment in proposals. Notably, key subcontractor past performance cannot substitute for the prime contractor’s submission. The document specifies the project magnitude is between $1,000,000 and $5,000,000 and emphasizes that the solicitation is dependent on available funding. The amendment also indicates that plans and specifications should be referenced in the solicitation attachment. Communication details for the contracting officer are provided. The questions regarding proposal requirements have closed, and the responses clarify expectations for bidder submissions, ensuring compliance with federal grant regulations. This amendment represents a critical step in the solicitation process, aligning contractors with federal standards while setting clear evaluative criteria for bidding firms.
    The document outlines Amendment 0003 to solicitation number 140FC325R0003 for the Ash Meadows National Wildlife Refuge Upper Carson Slough Backcountry Trail System project. The amendment initiates Phase 2 of the solicitation process, allowing only previously selected offerors from Phase 1 to submit proposals. Key deadlines include a questions submission cut-off on February 7, 2025, and a proposal due date on February 26, 2025, both by 4:00 PM MST. The document specifies that the project magnitude is estimated between $1,000,000 and $5,000,000 and emphasizes that the requirement is contingent upon fund availability. It mandates acknowledgement of the amendment by offerors to ensure their proposals are considered. The contracting officer for this solicitation is Shannon Barnhill, whose contact details are provided. Overall, this document serves to clarify procedural changes and deadlines in the federal contracting process for the specified project.
    The document presents a solicitation for the construction of the Upper Carson Slough Backcountry Trail System, referred to as solicitation number 140FC325R0003, issued by the U.S. Fish and Wildlife Service (FWS). It outlines the requirements for potential contractors, emphasizing the need for sealed bids and specific performance timelines. The contractor must begin work within 10 calendar days and complete the project within 270 days after receiving a notice to proceed, with a project magnitude estimated between $1,000,000 and $5,000,000. The solicitation includes detailed sections on solicitation forms, bid schedules, specifications, and clauses, including compliance with federal regulations, environmental considerations, and wage requirements. It emphasizes the importance of domestic sourcing for construction materials to align with the Buy American Act. Additionally, contractors must adhere to site investigations and safety standards, submit documentation electronically for payment, and follow stipulations regarding subcontracting limitations. The structured format of the solicitation ensures clarity for bidders, providing crucial details necessary for compliance and bidding effectively on federal projects.
    Lifecycle
    Similar Opportunities
    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.
    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.
    South Schells Fence Restoration
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the South Schells Fence Restoration project, which involves the removal and replacement of approximately 9.6 miles of existing barbwire fencing and the installation of about 1.98 miles of new fencing within the Duck Creek Basin on the Ely Ranger District in Nevada. The project aims to enhance infrastructure while ensuring compliance with federal construction standards, specifically the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-14), and emphasizes ecological stewardship by permitting only chainsaws for vegetation clearing. The estimated contract value ranges between $250,000 and $500,000, with bids due by 09:00 local time on February 14, 2025, and work expected to commence within 15 days of the notice to proceed. Interested contractors can contact Derrick Dodson at derrick.dodson@usda.gov or Lisa Kemper at lisa.kemper@usda.gov for further information.
    Ellison Meadows Fence Restoration
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Ellison Meadows Fence Restoration project located in the Humboldt-Toiyabe National Forest, Nevada. The project entails the removal and replacement of approximately 13.1 miles of existing barbwire fencing, including the installation of new fencing and gates, while adhering to specific federal construction standards and environmental guidelines. This restoration effort is crucial for maintaining the integrity of federal lands and ensuring proper land management practices. Interested contractors must submit their bids by 9:00 AM on February 14, 2025, with an estimated project cost between $250,000 and $500,000, and are encouraged to contact Derrick Dodson or Lisa Kemper for further inquiries.
    AZ HAVASU NWR BOAT RAMP REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to replace the concrete boat ramp at the Havasu National Wildlife Refuge in Mohave Valley, Arizona. The project involves the removal of the existing ramp and the construction of a new ramp with identical dimensions, requiring the provision of labor, materials, and equipment, all while adhering to environmental and safety standards. This initiative is part of the government's commitment to maintaining recreational facilities that support public access to federal lands. Interested contractors should submit their proposals by the specified deadlines, with the project budget estimated between $25,000 and $100,000, and inquiries directed to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    F--CA-KERN NWR-SALT CEDAR REMOVAL
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a sawyer crew for the removal of invasive salt cedar trees at the Kern National Wildlife Refuge in California. The project involves clearing specified areas of 18, 25, or 30 net acres, with work scheduled from March 17, 2025, to May 30, 2025, and requires contractors to ensure that cut trees remain below 18 inches in height without piling. This initiative is part of broader efforts to enhance the ecological health of the refuge and support endangered species by managing invasive plant species. Interested contractors must submit their quotes by February 10, 2025, and can contact Roger Lockhart at rogerlockhart@fws.gov or 404-679-7124 for further information.
    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.
    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.
    WI-UPR MS RIV NATL WILDL-SITE PREPARATION
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a federal contract focused on the restoration of the Mesic Bottomland Forest at the Driftless Area National Wildlife Refuge in Wisconsin. The project aims to convert 5 to 10 acres of reed canary grass into a thriving forest habitat, enhancing the ecosystem for neotropical migratory birds and tree-roosting bats through a comprehensive four-phase service project that includes herbicide treatment, mechanical site preparation, tree and shrub planting, and post-planting maintenance. This initiative underscores the government's commitment to environmental restoration while promoting small business participation, as the solicitation is set aside entirely for small businesses. Interested contractors must conduct a mandatory site visit and submit their proposals electronically by February 13, 2025, with further inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    Asbestos Abatement at Moosehorn NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking contractors for the asbestos abatement project at Moosehorn National Wildlife Refuge in Baring, Maine. The project involves the removal and disposal of approximately 1,035 square feet of asbestos-containing shingles from the Quarters 20 Garage, with strict adherence to state regulations and environmental safety protocols. This initiative is crucial for maintaining a safe and compliant environment within the refuge, ensuring the health of both workers and wildlife. Interested contractors should note that bids are due by February 21, 2025, with a total project cost estimated to be under $25,000, and can contact William Koski at williamkoski@fws.gov for further information.