MI-SHIAWASSEE NWR-INTERPRETIVE SIGNS
ID: 140FS224Q0287Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Sign Manufacturing (339950)

PSC

SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES (9905)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking proposals from small businesses for the design and provision of interpretive signs at the Shiawassee National Wildlife Refuge in Saginaw, Michigan. The procurement involves creating durable entrance sign bases, kiosk frames, and trail interpretive signs that can withstand severe weather conditions, utilizing sustainable materials that comply with environmental standards. This initiative aims to enhance visitor engagement and education through effective signage, thereby improving navigability and information dissemination within the refuge. Interested vendors must submit their proposals by August 28, 2024, with an expected delivery date of December 10, 2024. For further inquiries, contact Khalilah Brown at khalilah_brown@fws.gov or 571-547-3407.

    Point(s) of Contact
    Brown, Khalilah
    (571) 547-3407
    (000) 000-0000
    khalilah_brown@fws.gov
    Files
    Title
    Posted
    The document outlines a non-personnel services contract for the Shiawassee National Wildlife Refuge, focusing on the provision of entrance sign bases, kiosk frames, and trail interpretive signs. The contractor is responsible for supplying the necessary materials, equipment, and services to produce and ship these items, including specified sizes and configurations of signs and posts. The work includes producing two trail post types and kiosk structures, along with their respective graphic panels, installation components, and hardware. The government will provide the design specifications through an online portal and only limited equipment such as a jump drive if needed. The contractor must use sustainable materials that comply with environmental standards, ensuring durability and low maintenance. All components must meet specified structural and design requirements, including engineering standards for wind resistance. The main objective of this document is to solicit design and cost proposals from vendors to ensure the proper identification and interpretation of facilities within the refuge, ultimately enhancing visitor engagement and education through effective signage. The project emphasizes sustainability and compliance with federal regulations, reflecting a commitment to ecological responsibility and safety.
    The document outlines specifications and requirements for a government request for proposals (RFP) related to trail signage and kiosk installations. It specifies various dimensions and materials for trail posts, including 4”x6” and 6”x6” posts with differing side orientations and sign sizes. The configurations include both single-sided and multi-sided installations with appropriate hardware needed for stability and installation. Additionally, it details a 5-post classic kiosk structure, including design elements such as the galvanized steel baseplates and HDPE graphic panels. The summary also mentions entrance sign bases for aluminum signs and allocated design hours, as well as shipping needs. The quantity and estimated total costs for these items are implied but not fully detailed. The file likely reflects a government's initiative to enhance outdoor signage and information structures in public spaces, promoting navigability and information dissemination within designated areas. Overall, the document serves as a formal solicitation for suppliers and contractors to provide specific materials and construction services in line with construction standards for public infrastructure projects.
    The document details a Request for Proposal (RFP) issued by the U.S. Fish and Wildlife Service (FWS) for designing and shipping interpretive signs at the Shiawassee National Wildlife Refuge in Saginaw, Michigan. This acquisition is exclusively set aside for small businesses, specifically targeting slight business collaborations, with a submission deadline of August 28, 2024, and an expected delivery date of December 10, 2024. Key components include the provision of signs that can withstand Michigan's severe weather conditions, use of durable materials, and adherence to specified dimensions outlined in the Statement of Work. Proposals will be evaluated on their overall value, specifications compliance, delivery timelines, pricing, and the offeror's past performance history. Additional instructions include the use of the Department of Treasury's Invoice Processing Platform for payment requests and detailed requirements for invoice submissions. The RFP includes standard flow-down clauses that contractors are obligated to comply with, emphasizing the importance of regulations and responsibilities inherent in federal contracts. Overall, the document encapsulates the federal government's commitment to promoting small business participation while ensuring accountability and quality in contract performance.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    F--Invasive and Woody Vegetation Herbicide Treatment
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a federal contract focused on invasive and woody vegetation herbicide treatment at two wildlife refuges in Michigan. The project involves aerial herbicide treatment across 1,800 acres at Shiawassee National Wildlife Refuge and 18 acres at Detroit River International Wildlife Refuge, utilizing aquatic-approved glyphosate and crop oil to manage vegetation and support habitat restoration efforts. This contract, identified as Request for Proposal (RFP) Number 140F0S24R0022, is set aside for small businesses, with a performance period from September 23, 2024, to September 22, 2025. Interested bidders must submit their quotations by September 17, 2024, at 1:00 PM Central Time, and can contact Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217 for further information.
    Z--NJ EDWIN B FORSYTHE NWR SIGN INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the installation of signs at Little Beach Island, New Jersey, as part of the Edwin B. Forsythe National Wildlife Refuge project. The procurement involves the installation of eight 4’ by 8’ aluminum signs and five 2’ by 4’ aluminum signs, with the contractor responsible for providing necessary signposts, concrete, hardware, and equipment for installation. This project is crucial for protecting critical nesting habitats for endangered species by deterring public recreation on the island. Interested small businesses must submit their quotes by September 10, 2024, with work expected to commence between September 30, 2024, and November 30, 2024. For further inquiries, contact Lee Ann Riley at leeriley@fws.gov or call 404-679-4158.
    KAWW - DEVELOP COMPREHENSIVE SIGN PLAN
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking proposals for the development of a Comprehensive Sign Plan for the Katahdin Woods and Waters National Monument in Maine. The objective is to create a cohesive system of identity, motorist guidance, and visitor information signs to enhance visitor orientation and communication within the park, which currently lacks sufficient signage. This initiative is crucial for improving visitor experience and safety, ensuring compliance with federal standards for accessibility and visual communication. Interested contractors must submit their proposals by September 19, 2024, with inquiries directed to Jason Albright at JasonAlbright@nps.gov or by phone at 617-519-6145. The anticipated contract will be awarded as a Firm-Fixed-Price Purchase Order, with a performance period from October 1, 2024, to December 31, 2025.
    Gull Lake Recreation Area Interpretive Signage with Dakota and Anishinaabe Languages Incorporated
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Paul District, is seeking a contractor to design, fabricate, deliver, and install six interpretive outdoor educational panels at the Gull Lake Recreation Area in Brainerd, Minnesota. The panels will cover various Corps missions and include bilingual content featuring Dakota and Anishinaabe languages, with English as the primary language. This project is significant for enhancing public understanding of environmental, Tribal, and historical topics related to the area. Interested small businesses must submit their proposals, demonstrating competency in the relevant languages and past performance on similar projects, by the deadline, with all installations and digital content due by May 19, 2025. For inquiries, contact John P. Riederer at John.P.Riederer@usace.army.mil or call 651-290-5614.
    Trail, Boardwalk and Bridge Repairs at Quivira NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting proposals for the rehabilitation of trails, boardwalks, and bridges at the Quivira National Wildlife Refuge in Stafford, Kansas. The project aims to enhance public access and ecological integrity by repairing and replacing existing infrastructure, with a focus on compliance with ADA standards and environmental protection guidelines. This initiative reflects the federal commitment to improving recreational facilities within wildlife reserves, with an estimated contract value between $500,000 and $1,000,000 and a completion timeline of 180 days post-award. Interested contractors must submit proposals via email by September 20, 2024, following a mandatory site visit on September 3, 2024; for further inquiries, contact Justine Coleman at justinepasiecnik@fws.gov or 413-253-8287.
    SMMU Highway Signs, Shasta Trinity National Forest, California
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the procurement of two towable lighted highway signs for the Shasta Trinity National Forest in California. The signs, which are essential for public messaging in various scenarios such as roadwork and emergency response, must comply with specific technical specifications outlined in the solicitation documents. The procurement aims to enhance traffic management and public safety through the use of advanced LED display technology, ensuring robust weather resistance and energy efficiency. Interested vendors should submit their quotes by September 16, 2024, with delivery required to the McCloud Ranger Station within 120 days post-award. For further inquiries, contact Clement Bucher at clement.bucher@usda.gov.
    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.
    DENALI NATIONAL PARK HIGHWAY SIGNS
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking quotes for the manufacturing and installation of new highway trailhead signs at Denali National Park and Preserve in Alaska. This project aims to enhance wayfinding for visitors to the newly opened Tsenesdghaas Na’ trailhead by installing two new signs and removing existing signage, ensuring compliance with federal, state, and borough regulations. The contract will be awarded based on a Firm Fixed Price purchase order, with a performance period from September 24, 2024, to June 1, 2025, and is set aside exclusively for small businesses. Interested contractors must submit their quotes and any inquiries via email to Darcy Skinner at darcyskinner@nps.gov, and must be registered in the System for Award Management (SAM) at the time of submission.
    LA-SELA REFUGES-BOGUE CHITTO FENCE
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the installation of approximately 211 feet of chain-link fencing at the Bogue Chitto National Wildlife Refuge in Louisiana. The project entails constructing a five-foot tall fence, including the installation of two double swing gates and one handicap-accessible walkthrough gate, with a performance period from October 1, 2024, to January 31, 2025. This initiative is crucial for maintaining secure areas within the Refuge while ensuring necessary access, thereby supporting the overall mission of wildlife conservation. Interested contractors must comply with specific requirements, including performance and payment bonds, adherence to Davis-Bacon wage rates, and environmental regulations, with proposals due by the specified deadline. For further inquiries, contact Sanford Carson at sanfordcarson@fws.gov.