Z--REPLACE TRAIL BOARDWALK
ID: 140FHR25R0007Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS CONSTRUCTION & A/E - BIL/DISASTERFalls 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 U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the "Replace Centennial Trail Boardwalks (Phase I)" project at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama. The project involves the demolition and replacement of an aging boardwalk, approximately 910 feet in length, which has deteriorated over its 20-year lifespan, with a focus on environmental compliance and minimal disruption to public access. This initiative is crucial for maintaining infrastructure while ensuring the protection of local wildlife habitats and adhering to federal regulations. Interested contractors must submit sealed offers by July 10, 2025, at 3:00 PM Eastern Time, and are required to attend a pre-bid site visit on June 24, 2025. For further inquiries, contact JoAnn Mallory at joann_mallory@fws.gov or by phone at 404-679-7274.

    Point(s) of Contact
    Mallory, Joann
    (404) 679-7274
    (404) 679-4064
    joann_mallory@fws.gov
    Files
    Title
    Posted
    The document outlines a federal solicitation for a construction project entitled "Replace Centennial Trail Boardwalks (Phase I)" at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama. It details the bidding process, which requires contractors to submit sealed offers and adherence to specific regulations, including the Federal Acquisition Regulation (FAR). The expected project cost is between $250,000 and $500,000, with a performance period from September 2025 to September 2026. Contractors must attend a pre-bid site visit, provide performance and payment bonds, and comply with Davis-Bacon Act wage regulations. Additionally, the solicitation emphasizes environmental considerations, including compliance with local, state, and federal laws, and the proper handling of potential hazardous materials. Sectioning the document into parts includes solicitation forms, specifications of the work needed, requirements for submissions, and contractual clauses. The solicitation reflects the government's intention to uphold safety, sustainability, and compliance standards while ensuring competitive procurement procedures for public works projects, highlighting its significance in the broader context of federal RFPs and grants. The contractor's success relies on meeting strict deadlines and quality standards set forth in the solicitation.
    The project entitled "Replace Centennial Trail Boardwalks (Phase I)" at Bon Secour National Wildlife Refuge, Alabama, mandates the removal and disposal of an aging boardwalk spanning approximately 910 feet. The existing structure is deemed unsafe due to extensive deterioration over its 20-year lifespan. Key project elements include clearing vegetation, preparing for construction with a specified 180-day timeline post-notice to proceed, and ensuring minimal disruption to public access during trail closures. Contractors must manage permitting, including potential wetland permits and environmental protections for local flora and fauna. Preparatory activities involve site hazard management, erosion control, and adherence to safety regulations during demolition. The government will not furnish materials or labor, and contractors are accountable for their own inspections and compliance with contract stipulations. The project outlines specific tasks, including the demolition of designated boardwalk sections, landscaping requirements, and procedures for achieving final project acceptance. Careful management of wildlife and archaeological sites is mandated, along with strict guidelines for equipment cleanliness to prevent ecological disturbances. Overall, this initiative reflects a commitment to maintaining infrastructure while safeguarding environmental and public interests at the refuge.
    The document outlines the specifications and guidelines for a vegetation management project at Bon Secour National Wildlife Refuge, specifically along the Centennial Trail. The work is to commence at the eastern end of the trail (coordinates 30.2444687, -87.79335) and progress westward to its western end (30.245757, -87.799227). Key instructions include avoiding disturbance to trees outside designated areas "E" and "F," with specific disposal protocols for woody debris. Trees measuring over 6 inches in diameter at breast height (DBH) require different disposal methods (D1), while smaller trees should be chipped or removed off-site (D4 or D5). Additionally, brush must be managed either through chipping or off-site disposal, while mowing cuttings can remain on-site without further action. This directive underscores compliance with environmental preservation guidelines, ensuring the protection of wildlife habitats while maintaining trail access.
    The document outlines the wage determination for a highway construction project at Bon Secour National Wildlife Refuge, Alabama, under the Davis-Bacon Act. It specifies the minimum wage rates required for various classifications of labor involved in the project, with explicit wage rates for roles ranging from electricians to general laborers. Key aspects include the applicability of Executive Orders 14026 and 13658, which set wage rates at $17.75 and $13.30 per hour, respectively, for contracts awarded on or after specified dates. The document also provides a detailed breakdown of wage rates and fringe benefits for various job classifications, emphasizing compliance with federal wage requirements. Additionally, it includes information on the appeals process for wage determination decisions, creation of new job classifications, and essential workers' protections under the law. This wage determination is critical for ensuring fair compensation and adherence to labor standards in federally funded construction projects, reflecting the government's commitment to worker protections.
    The project titled "Replace Centennial Trail Boardwalk, Phase I, Demolition," aims to clear and remove the existing boardwalk at Bon Secour National Wildlife Refuge in Gulf Shores, Alabama. Key actions include tree removal and full extraction of boardwalk posts within a specified area spanning approximately 3,130 feet between designated "east" and "west trail clearings." The U.S. Fish and Wildlife Service (FWS) is securing necessary permits for endangered species and archaeological considerations, while the contractor must handle wetland permits. The project specifies that no gravel or fill may be added, with certain conditions for using tree mulch as a stabilizer. The documentation also outlines procedures for handling trees exceeding six inches in diameter within the area, detailing criteria for removal based on their location. Overall, the project focuses on environmental compliance and preservation during the demolition phase, ensuring adherence to federal regulations and ecological sensitivity.
    The document outlines a project plan for the management and disposal of tree-related debris along the Centennial Trail at Bon Secour National Wildlife Refuge (NWR). The primary purpose is to establish clear guidelines for tree removal and debris disposal based on size classifications. Specifically, trees over 6 inches in diameter at breast height (DBH) are designated for disposal via specified methods (D1), while smaller trees must be either chipped or removed (D4 or D5). The project will commence at the eastern end of the trail (30.2444687, -87.790752) and progress westward to the western end (30.245757, -87.799227). Additionally, the plan prohibits disturbance of trees outside designated areas "E" and "F" and mandates that brush be handled through chipping or off-site disposal, while mowing debris may remain on-site. These details emphasize strict adherence to environmental management protocols essential for maintaining the ecological integrity of the wildlife refuge during trail maintenance operations. The overall objective reflects the government's intent to ensure responsible land stewardship in natural areas.
    The document outlines the solicitation process for the Replacement of Centennial Trail Boardwalks (Phase I), specifically under Solicitation No. 140FHR25R0007. The Government aims to award a contract based on a Lowest Price Technically Acceptable (LPTA) evaluation without discussions, requiring offerors to submit their best initial offers. Proposals will be assessed based on three main factors: recent relevant experience, technical capabilities and ability to deliver, and price. Offerors must demonstrate previous similar project experience, with a focus on trail boardwalk construction, provide documentation of their team’s qualifications, and submit a competitive price within specified guidelines. Each factor carries specific evaluation criteria, including a maximum page limit for submissions to ensure clarity and conciseness. The price evaluation will analyze fairness and reasonableness, with particular attention to avoid unbalanced pricing risks. The document emphasizes the importance of adhering to submission formats and the consequences of failing to meet established requirements.
    The Department of Interior is issuing a Request for Proposal (RFP), Solicitation Number 140FHR25R0007, specifically designated for Total Small Businesses. The project involves the removal and off-site disposal of boardwalk materials, including posts, and requires some vegetation management at the Centennial Trail Boardwalk within Bon Secour National Wildlife Refuge (NWR). This procurement adheres to FAR 19.502-2 and follows the Lowest Price Technical Acceptable (LPTA) evaluation method. The NAICS code applicable is 236220, with a size standard of $45 million. Proposals will be evaluated on three criteria: Technical Approach, Past Performance, and Capability. Awards will be made based on a Firm Fixed Price (FFP) to the offeror providing the best value. The solicitation package, including the Statement of Work and other necessary documents, will be available on https://www.SAm.gov starting June 4, 2025. Interested contractors must register in the System for Award Management (SAM), as payments will be processed electronically through this system. All questions regarding the solicitation must be submitted in writing to the Contracting Officer, JoAnn Mallory, at the provided email address.
    This document serves as Amendment #0001 for solicitation number 140FHR25R0007, issued by the federal government. It outlines critical changes relevant to contractors interested in the procurement opportunity associated with Hurricane Recovery. The main updates include a revised due date for proposal submissions, now set for July 10, 2025, at 3:00 PM Eastern Time, shifted from July 3, 2025. Additionally, the site visit scheduled for prospective bidders is to be held on June 24, 2025, at 10:00 AM CST, at a designated location in Gulf Shores, Alabama. The amendment also incorporates updates to the Section M Evaluation Factors of the Request for Proposal (RFP). Contractors are required to acknowledge receipt of this amendment following specified methods, as failure to do so might result in the rejection of their offers. All other terms of the original solicitation remain unchanged. This amendment is part of the procedural framework that ensures clarity and compliance for government contracting processes, particularly in the context of disaster recovery initiatives.
    The document outlines the amendment to solicitation number 140FHR25R0007, issued by the Federal Government, specifically under the jurisdiction of Falls Church, VA. The amendment, identified as #0002, communicates vital changes and the need for acknowledgment of the amendment by contractors prior to the submission deadline. Offers must be modified or acknowledged through designated communication methods, ensuring adherence to the specified timelines to avoid rejection. The proposal submission deadline is set for July 10, 2025, at 3:00 PM Eastern Time. The amendment modifies an existing contract and incorporates relevant RFIs and associated drawings. All other terms and conditions from the initial solicitation remain unaffected, preserving the original framework while updating contract specifics. This document reflects the government’s procedures for managing solicitation amendments and maintaining compliance with federal contracting regulations.
    The solicitation document outlines the federal government's request for proposals (RFP) for the "Replace Centennial Trail Boardwalks (Phase I)" project at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama. The scope involves construction and repair activities, with a projected budget between $250,000 and $500,000, classified under NAICS Code 237990 for heavy and civil engineering construction contractors. The project requires contractors to attend a pre-bid site visit, with an emphasis on submitting sealed offers by a specified deadline. Most importantly, bidders must provide performance and payment bonds, along with a bid guarantee. The performance period is set for September 1, 2025, to September 1, 2026. Questions regarding the solicitation must be directed to the Contract Specialist, JoAnn Mallory, via email, with a five-day advance notice period before the closing date for proposals. The document stresses adherence to the specified terms and conditions for proposal submission and execution, ensuring compliance with federal regulations on procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    56--LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of limestone and rip rap rocks for the Welaka National Fish Hatchery. The procurement requires approximately 260 tons of various rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of Florida DOT certified lime rock road base, all intended for stockpiling at the hatchery to support the development of a nature trail. This opportunity is set aside for small businesses, with a firm-fixed-price contract structure, and the deadline for submitting quotes is December 15, 2025, by 5:00 PM EST. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details.