P--AK-YUKON FLATS NWR-DEMOLISH BIA SCHOOL
ID: 140FC324R0010Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide demolition services for the Bureau of Indian Affairs (BIA) school located at the Yukon Flats National Wildlife Refuge in Beaver, Alaska. The project requires contractors to execute a comprehensive demolition plan, including the removal of structures and compliance with environmental regulations, particularly concerning asbestos disposal and soil contamination assessments. This initiative is crucial for the restoration and management of the wildlife refuge, ensuring that the area is safe and environmentally sound for future use. Interested contractors must submit their quotes by 2:00 PM ADT on September 20, 2024, and are required to be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Anthony Kuntz at anthony_kuntz@fws.gov or (571)-547-3403.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a federal solicitation, specifically solicitation number 140FC324R0010. It requires contractors to acknowledge receipt of this amendment by either returning a copy, submitting an acknowledgment with their offer, or via electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge could lead to rejection of the offer. It includes a link to additional attachments relevant to the solicitation. The effective period defined in the document is from November 1, 2024, to December 31, 2025. The amendment does not modify the original terms, other than what is specified in this document, which outlines necessary administrative changes. Overall, this amendment serves to clarify solicitations and ensure compliance among contractors by providing updated information and necessary acknowledgments. It reflects standard practices in government contracting to maintain clear communication and adherence to procedural requirements.
    The document outlines an amendment to a solicitation regarding a construction project managed by the Fish and Wildlife Service. It includes critical instructions for contractors on how to acknowledge receipt of the amendment, which is vital for maintaining bid eligibility. The amendment clarifies various project-related inquiries, such as the provision of a Preconstruction Safety Checklist and specifics about handling material disposal, including asbestos. The period of performance for the contract is extended to December 31, 2025. Additionally, the amendment addresses logistics for item removal by the Beaver Tribal Council, acceptable container sizes for material storage, and requirements for soil contamination assessment. The document's structured responses include several key points, like the confirmation of disposal methods and project deliverables. The overarching purpose of this amendment is to ensure clarity and compliance in executing the contract, addressing contractors’ questions to facilitate smooth project progression while adhering to regulatory standards. Overall, it reflects the government's commitment to transparent and efficient procurement practices within the context of federal construction contracting.
    The document outlines an amendment to a solicitation (140FC324R0010) issued by the federal government, specifically for a project managed by the FWS Construction A/E Team in Falls Church, Virginia. The amendment announces a change in the due date for bids from September 10, 2024, to September 20, 2024, with a note that further amendments will be issued to address questions received regarding the solicitation. Additionally, the period of performance for the associated contract is specified as from November 1, 2024, to December 31, 2025. Contractors are instructed on how to acknowledge the receipt of the amendment with specified methods to ensure their offers are considered valid. The document emphasizes the importance of meeting the deadlines set within the solicitation to avoid rejection of offers. The amendment retains all other terms and conditions of the original document unless otherwise noted. Overall, this amendment serves as a formal update crucial for maintaining compliance and clarity in the procurement process within the scope of federal grants and contracts.
    The document outlines an amendment to a federal solicitation, specifying contractor obligations and modifications related to a construction project in Alaska. Key elements include a clarification of the project's period of performance extending from November 1, 2024, to December 31, 2025, and various responses to contractor inquiries regarding project specifications and requirements. Notable questions addressed include disposal procedures for asbestos-containing materials, proposed timelines for collaboration with the Beaver Tribal Council, and the acceptance of two 20-foot containers as substitutes for the requested 40-foot connex for storage. Additionally, it highlights required actions from contractors, such as acknowledging receipt of the amendment, submitting proposals, and adhering to environmental regulations concerning waste disposal. A pricing form is included to estimate costs for various tasks, including demolition of structures and mobilization efforts. This amendment seeks to ensure clarity and compliance with federal guidelines, enhancing communication between the government and contractors while facilitating the project's progress. The summarized information reflects the essential contractual updates and project logistics critical to stakeholders involved in the bidding process and project execution.
    The document outlines a Request for Proposal (RFP) to demolish a school complex as part of a project administered by the Federal Government's FWS Construction A/E Team 3. The solicitation includes specific tasks such as developing a work plan for approval, mobilization and demobilization, and various demolition activities, all compliant with detailed statements of work. Key instructions include requirements for the submission of invoices, compliance with federal acquisition regulations, and provisions addressing telecommunications security and supply chain integrity. The solicitation specifies a performance period from November 1, 2024, to December 31, 2025, and emphasizes small business participation, particularly from service-disabled veteran-owned and women-owned businesses. Other regulatory references highlight the importance of environmental and labor compliance, as well as mandatory reporting requirements related to federal acquisition security. This document serves as a formal invitation for contractors to submit bids for the outlined services, fostering a transparent and competitive procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S--AK-SELAWIK NWR-SNOW REMOVAL SERVICE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking quotations for snow removal services at the Selawik National Wildlife Refuge in Kotzebue, Alaska. The contract will cover a base year with the option for four additional years, focusing on ensuring safe access to facilities by timely snow clearing during designated snowfall periods from October 2024 to May 2025. This service is crucial for maintaining operational continuity and safety at government facilities, emphasizing the use of eco-friendly de-icing materials and adherence to federal labor standards. Interested vendors must submit their quotes by September 19, 2024, and ensure they are registered in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    F--Abatement Services - MA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for abatement and asbestos removal services at the Parker River National Wildlife Refuge in Newburyport, Massachusetts. The primary objective is to safely remove all asbestos-containing materials from "The Pink House," a 1,512 sq ft structure, with a target completion date of December 31, 2024. This project is crucial for ensuring environmental safety and compliance with federal and state regulations regarding hazardous materials, particularly in protecting public health and wildlife resources. Proposals are due by September 18, 2024, with a site visit scheduled for September 4, 2024. Interested contractors can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 for further information.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct site inspections of abandoned mine land at the Wichita Mountains National Wildlife Refuge in Oklahoma. The primary objective of this procurement is to assess potential hazardous substance releases at ten identified sites, ensuring compliance with federal environmental guidelines and determining risks to human health and the environment. This initiative is crucial for addressing contamination issues stemming from historical mining operations, thereby safeguarding ecological integrity and public health within protected areas. Quotations are due by October 11, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.
    Z--GAOA - Show Pool Shelters Replacement and Site Res
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the Show Pool Shelter and site restoration at the Seney National Wildlife Refuge in Michigan. This project, designated under Solicitation Number 140FGA24Q0024, requires small businesses to provide comprehensive proposals that include costs for materials, labor, and supervision, with a focus on environmentally responsible practices and compliance with federal regulations. The successful contractor will undertake the demolition of the existing shelter, construction of a new facility, and restoration of the surrounding area, with a performance period extending from October 3, 2024, to April 1, 2025. Proposals are due by September 19, 2024, and interested parties should direct inquiries to Samantha Lague at samanthalague@fws.gov or call 413-253-8349.
    B--BUENOS AIRES NWR AZ HABS and Demo Monitoring
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for HABS Level II documentation and archaeological monitoring services related to the demolition of the Existing Administration Building at the Buenos Aires National Wildlife Refuge (NWR) in Arizona. The project aims to ensure proper documentation and monitoring to mitigate adverse effects on cultural resources during the demolition process, which is scheduled to take place from October 1, 2024, to August 31, 2025. This initiative is significant for preserving historical integrity within a federally designated wildlife refuge, emphasizing the importance of compliance with federal and state regulations. Interested small businesses must submit their quotations by September 18, 2024, and can contact Johnny Luang-Khot at johnnyluang-khot@fws.gov for further information.
    WA-WILLAPA NWR-AERIAL HERBICIDE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from small businesses for an aerial herbicide application project aimed at controlling invasive plant species at Leadbetter Point within the Willapa National Wildlife Refuge in Washington. The project involves treating approximately 130 acres of land dominated by non-native plants, specifically Scotch broom, gorse, and Ammophila beachgrass, as part of a broader habitat restoration initiative to support native species such as the streaked horned lark and snowy plover. Contractors will be responsible for providing the necessary equipment and labor for herbicide application, while the USFWS will supply the herbicides and oversee project coordination. Quotations are due by September 23, 2024, and interested parties must be registered as active vendors in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    P--Demolition, Removal and Disposal, Point Reyes NS
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses for the demolition, removal, and disposal of the Truttman Barn and Serioty Cabin located at Point Reyes National Seashore in Marin County, California. The project requires contractors to provide all necessary supervision, labor, equipment, and supplies to safely dismantle and dispose of the structures, including addressing any hazardous materials such as asbestos and lead paint, while ensuring compliance with environmental regulations. This procurement is a Total Small Business Set-Aside, with a firm-fixed-price purchase order anticipated to be awarded based on the most advantageous quotation, considering price and other factors. Quotations must be submitted via email by September 16, 2024, and interested parties can direct inquiries to Brenda Lewis at BrendaLewis@nps.gov or by phone at 206-220-4018.
    C--BOSQUE DEL APACHE NWR A&E DESIGN
    Active
    Interior, Department Of The
    The United States Fish and Wildlife Service (USFWS) is seeking qualified architect-engineer firms to provide professional services for the design and preparation of construction plans and specifications for the renovation and modernization of the Headquarters, Visitor Center, and Maintenance Facilities at the Bosque del Apache National Wildlife Refuge in New Mexico. The project, funded through the Great American Outdoors Act, aims to consolidate and improve infrastructure with a total budget of approximately $16.6 million, emphasizing sustainable practices, energy efficiency, and compliance with environmental regulations. Interested firms must demonstrate relevant experience and qualifications, with proposals due by September 25, 2024, and design completion expected by June 2025. For further inquiries, contact Ian Young at ianayoung@fws.gov or call 612-713-5214.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, which measure approximately 54' x 110', and must adhere to specific engineering standards, including snow and wind load requirements. This initiative is part of the federal government's commitment to enhancing infrastructure for fish stocking programs and recreational fishing, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.