F--ND - KULM WMD Remediation of Small Arms Firing Ran
ID: 140FS225Q0065Type: Solicitation
Overview

Buyer

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

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

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 seeking qualified contractors for the remediation of a Small Arms Firing Range (SAFR) at the Kulm Wetland Management District in North Dakota. The project involves comprehensive environmental cleanup, including soil sampling, excavation of contaminated materials, and proper disposal in compliance with state and federal regulations, particularly addressing lead contamination from historical use. This initiative underscores the government's commitment to ecological responsibility and public safety, ensuring that the site is restored to meet environmental standards. Interested vendors must submit their quotes by March 3, 2025, and can direct inquiries to Dana Arnold at dana_arnold@fws.gov or call 703-468-8289 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements and procedures for the remediation of a shooting range's berm due to lead contamination. The contractor is tasked with testing and removing contaminated soil from the face of the berm, which is estimated to be ten feet high with a base of 38 feet. Initial removal will cover three feet, with follow-up testing to assess the need for additional soil extraction and disposal, with costs provided on a per cubic yard basis. Random sampling of the shooting range is also mandated, with a minimum of 25 distinct areas to determine contamination levels. A proposed sampling plan must be submitted by the contractor. The project emphasizes compliance with environmental standards and proper recycling of bulk lead materials derived from the remediation process, thereby ensuring safety in managing hazardous materials at the site. This initiative reflects the federal government's commitment to addressing environmental contamination as part of broader RFPs and funding efforts focused on public safety and health.
    The Performance Work Statement (PWS) outlines a non-personnel services contract for the remediation of a Small Arms Firing Range (SAFR) at the Kulm Wetland Management District. The contractor is tasked with comprehensive environmental cleanup, including site registration, soil sampling, excavation of contaminated materials, and disposal in compliance with environmental regulations. Key tasks involve registering the project with the North Dakota Department of Environmental Quality (NDDEQ), conducting comprehensive soil and groundwater assessments, and submitting a Voluntary Response Action Completion (VRAC) Report upon project completion. Remediation activities are structured to prevent contamination spread and include sieving soil to remove lead fragments, potential categorization of hazardous materials, and thorough reporting of all findings and disposal methods. The contractor is expected to maintain stringent quality control measures, provide daily progress reports, and ensure compliance with federal and state regulations throughout the process. This documentation serves as a framework for ensuring environmental safety while responding to the historical use of the site for law enforcement training, highlighting the government's commitment to ecological responsibility and adherence to relevant legal standards.
    The document outlines wage determinations under the Service Contract Act, stipulating minimum wage rates based on contract dates and relevant Executive Orders, specifically highlighting rates for covered workers in North Dakota. It specifies that contracts effective from January 30, 2022, must pay at least $17.75 per hour, while earlier contracts may be subject to a lower minimum wage of $13.30. Additionally, it details fringe benefits, including health and welfare provisions, vacation, and sick leave requirements, alongside the classification process for unlisted job titles under the contract.
    The document outlines a Request for Quotation (RFQ) for the remediation of a Small Arms Firing Range (SAFR) at Kulm WMD, decommissioned since its last use by the County Sheriff’s Office last year. Built in 1982, the SAFR is situated northwest of the maintenance compound and has not had documented contamination levels despite past usage. Key tasks include site characterization through soil sampling, excavation of approximately 120 cubic yards of soil for bullet and bullet fragments, and proper disposal of contaminated materials as certified by the North Dakota Department of Environmental Quality (NDDEQ). The contractor is also expected to provide additional pricing for excavation of any further contaminated soil based on sampling results and to conduct necessary compliance sampling in accordance with Illinois EPA standards. The completion of all remediation efforts will be validated through a Voluntary Response Action Completion (VRAC) Report and a certification letter. This project underscores a commitment to environmental safety and adherence to state regulatory frameworks as part of local and federal initiatives.
    The document outlines a requirement for quoters to submit detailed past experiences relevant to a government contract as part of the bidding process. It specifies that quoters must provide information on up to three previous contracts that align with the size and complexity of the requested services. Each entry must include details such as the contract type, total value, the agency for whom the work was performed, and a point of contact for verification, including their phone number and email address. Additionally, quoters are encouraged to outline any relevant training that could enhance their performance in the proposed role. A clear deadline for submission is indicated, directing responses to Dana Arnold via email. The structured format emphasizes the necessity for thoroughness and the importance of past performance in evaluating bids for government projects.
    The document outlines an amendment to solicitation 140FS225Q0065, concerning the remediation of a small arms firing range located at the Kulm WMD site in North Dakota. The key changes include an extension of the bid due date from February 27, 2025, to March 3, 2025, and the addition of a Q&A section addressing contractor inquiries regarding project specifications and requirements. Contractors are instructed to submit bids via email and must include specific documentation, such as a completed SF 1449 and a demonstration of technical capabilities, experience, and pricing information. The government will evaluate offers based on technical merits, past performance, and price, with an emphasis on the proposal's alignment with project objectives. The amendment confirms that no further changes affect other solicitation terms. The Q&A responses clarify the scope of required work, including soil sampling and environmental remediation tasks, emphasizing compliance with regulatory standards. This amendment is critical in guiding contractors through the proposal process while ensuring a transparent and structured evaluation of bids, crucial for effective project execution in the federal contracting context.
    The document outlines a Request for Quote (RFQ) from the U.S. Fish and Wildlife Service for the remediation of a small arms firing range located in Kulm, North Dakota. The solicitation invites interested vendors to submit their quotes by February 27, 2025, and to ensure compliance with specific federal guidelines including the Small Business Administration's requirements. The proposal requires a detailed understanding of the technical and performance work statement, emphasizing that the government will evaluate the submissions based on technical capability, experience, and price. Vendors must provide necessary documentation including a completed Standard Form 1449, a narrative statement detailing their approach, evidence of past performance, and compliance with specific federal acquisition regulations regarding telecommunications equipment. A site visit is available for interested parties to assess the project location, and all submissions must be sent via email to the designated contracting officer. Overall, this RFQ reflects the government's aim to procure cost-effective services through a structured evaluation process, ensuring that selected contractors meet necessary qualifications while promoting fair competition among businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    F--Herbicide application, ST. MARKS NWR-FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fredriley@fws.gov or call 413-253-8738.
    VT-MISSISQUOI NWR-INVASIVE SPECIES CONTR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide invasive species remediation services at the Missisquoi National Wildlife Refuge in Vermont. The primary objective is to manage and control invasive plant species, such as Phragmites and European buckthorn, across approximately 17 acres to enhance habitat for migratory birds and restore ecological integrity. This initiative underscores the importance of effective environmental management practices, particularly in protected wildlife areas. Interested contractors must submit their quotations by March 12, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
    F--AL-DEEP HORIZON NRDA ARO-INVASIVE SPECIE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for invasive species treatment at the Bon Secour National Wildlife Refuge in Alabama, specifically targeting cogon grass, torpedo grass, and rattlebox on a newly acquired 73.43-acre tract. The contractor will be responsible for achieving a 95% control rate over approximately 12 acres by applying approved herbicides, with treatments scheduled to commence around April 1, 2025, and concluding by May 31, 2026. This initiative is part of the broader Deepwater Horizon Gulf restoration efforts, emphasizing the importance of managing invasive species to protect native ecosystems. Interested contractors must submit proposals by March 17, 2025, and can direct inquiries to Lamont Sawyers at lamontsawyers@fws.gov.
    S--Janitorial Services Patuxent Research Services
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for janitorial services at the Patuxent Research Refuge. The contractor will be responsible for maintaining cleanliness across various facilities, including office buildings, visitor centers, and restrooms, while adhering to OSHA regulations and utilizing environmentally preferable cleaning products compliant with LEED standards. This procurement is crucial for ensuring a clean and professional environment that supports the Refuge's mission, with a contract performance period from March 1, 2025, to February 28, 2030. Interested vendors must submit their proposals via email by March 3, 2025, and are encouraged to contact Timothy Clapp at timothyclapp@fws.gov for further information.
    LAERF Pond Cleanup & Valve Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the LAERF Pond Cleanup and Valve Repair project, as announced in a presolicitation notice. This procurement aims to address environmental remediation needs, focusing on the cleanup of the LAERF pond and the repair of associated valves, which are critical for maintaining environmental safety and compliance. The project falls under the NAICS code 562910 for Remediation Services and is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested parties can reach out to Sonia Boyd at SONIA.J.BOYD@USACE.ARMY.MIL or by phone at 601-751-0822 for further details and to express their interest in this opportunity.
    FBI Indoor Firearms Maintenance and Cleaning Services
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for Indoor Firearms Maintenance and Cleaning Services at Redstone Arsenal in Huntsville, Alabama. The procurement aims to secure professional services for the maintenance and cleaning of indoor firearms ranges, ensuring compliance with safety and environmental standards while maintaining operational integrity. This contract, set aside for small businesses, will be awarded as a one-year firm-fixed price agreement with the potential for four extensions, emphasizing the importance of maintaining a safe and clean environment for FBI personnel. Interested offerors must submit their quotes by March 31, 2025, and are required to attend a site visit on March 12, 2025; for further inquiries, they can contact Javia Warner at jswarner@fbi.gov or Charles Julian at cejulian@fbi.gov.
    Z--LAB DECOMMISSIONING-CMWSC ROLLA, MO
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide laboratory decommissioning services at its facility in Rolla, Missouri. The procurement involves comprehensive cleaning and hazardous waste disposal, ensuring compliance with federal, state, and local regulations while removing USGS-owned equipment and cleaning areas that previously stored hazardous materials. This project is critical for maintaining safe working conditions and environmental stewardship, with a performance period starting on February 21, 2025, and a completion deadline of July 31, 2025. Interested vendors must acknowledge receipt of amendments to the solicitation and can contact Karen La Bouff-Kind at klabouff-kind@usgs.gov or 303-236-9315 for further information.
    Z--THRO South Unit Fence Construction Project
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking contractors for the South Unit Fence Construction Project at Theodore Roosevelt National Park in Medora, North Dakota. The project involves the replacement of approximately 7,600 linear feet of fencing, with an optional additional 2,920 linear feet, utilizing galvanized steel posts and high-strength woven wire mesh suitable for bison livestock. This procurement is designated as a Total Small Business Set-Aside under NAICS Code 238990, with an estimated budget between $500,000 and $1,000,000 and a completion timeframe of 320 calendar days. Interested contractors must register in the System for Award Management (SAM) and obtain a Unique Entity Identifier (UEI) number, with a formal solicitation expected to be released by February 28, 2025, and bids due approximately 30 days thereafter. For further inquiries, contact Joseph Kirk at josephkirk@nps.gov or call 605-574-0510.