Z--CA-MODOC NWR-CANAL WATER CTRL REPLACEMENT
ID: 140FC324Q0034Type: 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

REPAIR OR ALTERATION OF CANALS (Z2KB)

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 replacement of water control structures at the Dorris Canal within the Modoc National Wildlife Refuge in California. The project involves the mobilization, removal, and installation of new components, including a squash culvert, with a performance period from August 15, 2024, to September 30, 2025. This initiative is crucial for maintaining effective water management systems that support local ecosystems and agricultural needs. Interested contractors must submit their proposals by September 10, 2024, and direct any inquiries to Cindy Salazar at Cindy_Salazar@fws.gov by August 20, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service has issued a Statement of Work for the replacement of 13 water control structures along the Dorris Canal at the Modoc National Wildlife Refuge in Alturas, California. The contractor is responsible for providing all materials, equipment, and services necessary for the project, which is integral to the operation of the Dorris Dam and supports the habitat for migratory birds. The work is scheduled to begin on August 15, 2024, and conclude by September 30, 2025, subject to changes based on environmental conditions. Key tasks include mobilization, excavation, installation of new structures, backfilling, and site restoration to original conditions. Contractors must prove experience with high hazard dams and comply with all applicable regulations. Quality control, safety measures, and coordination with the Refuge Manager are emphasized throughout the project. No government resources will be provided, and any potential work requiring access outside typical hours must be pre-coordinated. The government’s oversight will ensure work meets the specified standards, and all activities must cause minimal disruption to wildlife refuge operations.
    The provided document details a solicitation for a Firm Fixed Price Construction contract focused on the replacement of water conveyance structures within the Dorris Canal at the Modoc National Wildlife Refuge (MNWR) in Alturas, California. It outlines the requirement for the replacement of components, specifically a squash culvert and water control structures. The solicitation requests potential bidders to complete a quote schedule, including their firm's name, unique entity identifier, point of contact information, and pricing details for the specified tasks. The document emphasizes the need for clarity in the estimates of unit prices and total costs for the construction items, indicating that a comprehensive commitment from bidders is expected to ensure the project's successful execution. Overall, the solicitation showcases the government's initiative to maintain and enhance critical infrastructure within protected wildlife areas, reflecting strict adherence to regulatory and fiscal responsibilities.
    The Dorris Canal WCS Replacement Project outlines a series of structures designed for water control and management in various locations. This document provides detailed specifications for 13 structures, including types of water control structures (WCS) such as squash culverts, stop board risers, and screw gates. Key information includes each structure's location, dimensions, and total pipe lengths, emphasizing a diverse range in sizes and configurations. The project aims to enhance water flow management in the identified areas, beneficial for agricultural and ecological purposes. Coordinates for each structure are provided to ensure accurate placement and integration within the existing water systems. This initiative forms part of broader government efforts to secure efficient water resource management, aligning with regional environmental and agricultural objectives, and likely links to federal, state, or local funding opportunities through RFPs and grants.
    The document primarily discusses proposals and grants issued by federal and state/local governments, particularly focusing on the Request for Proposals (RFPs) related to public services and infrastructure. It emphasizes the importance of these RFPs as frameworks for soliciting bids from potential contractors to carry out essential projects. Key points include the significance of compliance with regulations, the necessity for transparency in the application process, and the vital role that evaluation criteria play in selecting qualified bidders. Supporting details outline the procedural steps involved in the RFP process, such as proposal submission guidelines, required documentation, and deadlines. Additionally, the document touches on the intended outcomes of these RFPs, such as improvements in community services, environmental sustainability, and economic development. The overall structure of the document includes critical sections that provide guidance on crafting effective proposals, details about eligibility criteria, and information on funding availability linked to specific projects. This comprehensive overview aims to facilitate easier participation in government initiatives, ultimately fostering public-private partnerships that benefit communities and local economies.
    The document outlines an amendment to solicitation number 140FC324Q0034, which notifies contractors of changes to the NAICS code from 237990 to 238910. It provides instructions for acknowledging receipt of the amendment, stating that offers must be submitted by September 3, 2024, at 5:00 PM PDT. Additionally, any inquiries related to the solicitation must be directed to Cindy Salazar via email by August 20, 2024, at 1:00 PM PDT. Details regarding a site visit are included, with contact information for Zach Spruell. Furthermore, the amendment modifies the obligations for the contractor to include a replacement project for a squash culvert, which has a performance period extending from August 15, 2024, to September 30, 2025. The file is structured to outline the amendment's purpose, deadlines, contact details, and specific contract modifications, demonstrating compliance with administrative procedures in federal contracting. This documentation serves to ensure clarity in communication between the agency and potential offerors while adapting to contractual needs.
    The document is an amendment to solicitation number 140FC324Q0034 regarding the Dorris Canal Water Control Structures Replacement project. It outlines the procedures for acknowledging receipt of this amendment, critical for ensuring the validity of submitted proposals. Contractors must confirm receipt by specified methods before the designated date and time. The amendment also provides additional information, including attachments and site visit details, and emphasizes the importance of submitting proposals by the specified deadline of September 3, 2024, at 5:00 PM PDT to Cindy Salazar via email. Additionally, any questions regarding the solicitation must be directed to Cindy Salazar by August 20, 2024. The content also stresses the continuous adherence to previously established terms and conditions, maintaining compliance with government contracting procedures. This amendment serves to clarify the solicitation and facilitate potential bidders in preparing their responses within regulatory frameworks.
    The document outlines an amendment to a solicitation for a federal contract, identified by the number 140FC324Q0034. It details the procedures for acknowledging receipt of the amendment and emphasizes the importance of submission deadlines, advising that failure to comply may lead to proposal rejection. The amendment primarily changes the North American Industry Classification System (NAICS) code from 237990 to 238910, which pertains to Site Preparation Contractors, indicating a potential shift in the scope or requirements of the project, specifically the Dorris Canal Water Control Structures Replacement. Interested contractors must submit proposals by September 3, 2024, with questions directed to the contracting officer, Cindy Salazar, by August 20, 2024. The document also provides contact details for a site visit, highlighting the collaborative nature of federal contracting and the importance of clear communication between parties. Overall, this amendment signifies the federal government's ongoing commitment to infrastructure development and the regulatory framework that guides procurement processes.
    The document is an amendment to solicitation number 140FC324Q0034, pertaining to the project for the replacement of Dorris Canal Water Control Structures. The amendment extends the deadline for responses to September 10, 2024, at 5:00 PM PDT, allowing prospective contractors additional time to submit their proposals. Offers must acknowledge this amendment, and any changes to previously submitted offers should be communicated before the specified deadline. To clarify concerns or inquiries regarding the solicitation, questions must be submitted in writing to the designated contracting officer, Cindy Salazar, by August 20, 2024. The amendment emphasizes the importance of communication through electronic channels and outlines requirements for submitting proposals. The document serves to facilitate engagement with contractors while ensuring compliance with federal procurement regulations, demonstrating the government's commitment to transparent and fair bidding processes in construction and engineering projects.
    The document outlines a Request for Proposal (RFP) for a Firm Fixed Price Construction contract for the replacement of water control structures at the Dorris Canal, Modoc National Wildlife Refuge, California. Issued by the U.S. Fish and Wildlife Service, it specifies the project details, requirements, and submission guidelines for contractors. The performance period extends from August 15, 2024, to September 30, 2025, with a budget range of $25,000 to $100,000. Key tasks include the mobilization and removal of existing structures, installation of new components, and subsequent site restoration. Contractors must comply with the Davis-Bacon Wage Act and provide performance and payment bonds. Proposals are due by September 3, 2024, and site visit arrangements must be made in advance. The solicitation emphasizes environmental considerations, such as adherence to waste disposal regulations and the protection of historical artifacts. Furthermore, it mandates that contractors must conduct regular checks against federal regulations regarding covered articles under the Federal Acquisition Supply Chain Security Act. This RFP reflects the government’s aim to facilitate public works while ensuring ecological and regulatory compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z--Arroyo Canal Fish Screen and Sack Dam Bypass Proje
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation is seeking potential vendors for the Arroyo Canal Fish Screen and Sack Dam Bypass Project in California, aimed at improving fish passage operations at Sack Dam. This significant construction initiative, categorized under NAICS code 237990, is crucial for the restoration of the spring-run Chinook salmon population in the San Joaquin River, following priorities established in the 2006 Settlement. The project entails extensive construction activities, including dewatering, installation of concrete structures, fish ladders, and habitable facilities, with an estimated budget ranging from $100 million to $200 million. Interested businesses are encouraged to submit their capabilities by September 24, 2024, and should provide detailed company information, qualifications, and bonding capacity. For further inquiries, potential vendors can contact Sydney Johnson at sgjohnson@usbr.gov or call 916-978-5431.
    IA PORT LOUISA NWR CULVRT MAT. RUSH LAKE
    Active
    Interior, Department Of The
    The U.S. Fish & Wildlife Service is soliciting proposals for the construction of precast concrete box culvert structures at the Port Louisa National Wildlife Refuge, specifically for the reconstruction of the Rush Lake Outfall. The project requires the delivery of five-foot by five-foot precast concrete box culverts and associated materials, with a total estimated cost of less than $25,000, emphasizing compliance with quality standards set by the Iowa Department of Transportation. Interested contractors must ensure adherence to safety protocols and environmental compliance, with key deadlines including a site visit on September 11, 2024, and quotes due by September 18, 2024. For further inquiries, potential bidders can contact William Koski at williamkoski@fws.gov.
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated contract value between $10 million and $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by October 11, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide construction services valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    CA-SAN LUIS NWR-UTRIA-WADERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of essential equipment for the San Luis National Wildlife Refuge (NWR) in California, specifically targeting the nutriad eradication program. The procurement includes 60 pairs of breathable stockingfoot waders, 46 pairs of rubber sole wading boots, and 60 dry bags, all of which are critical for effective wildlife management in challenging environmental conditions. This opportunity is designated as a total small business set-aside, emphasizing the importance of durability and wearability in the selection criteria, with contract options available for increased supply if necessary. Interested vendors must submit a completed SF-1449 form electronically by September 16, 2024, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
    CA-COLUSA NWR-LIFT PUMPS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting quotations for the repair and service of two water delivery pumps at the Colusa National Wildlife Refuge. The project involves rewinding and reconditioning a non-operable 40hp electric motor for the Main Lift Pump and replacing the motor of the Hwy 20 Lift Pump, while also addressing platform damage caused by flooding. This procurement is crucial for maintaining the infrastructure necessary for effective water management in the refuge, and it is designated as a Total Small Business Set Aside, emphasizing the government's commitment to supporting small businesses. Interested vendors must submit their quotations by the specified deadlines and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    Baskett Slough NWR - Cackler Marsh Wetland Restora
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the Cackler Marsh Fish Passage Project, which involves the procurement of specific piping materials necessary for wetland restoration at Baskett Slough National Wildlife Refuge in Dallas, Oregon. The project requires various sizes of HDPE and PVC pipes, elbows, and saddles, with a focus on engaging small businesses as this opportunity is designated as a total small business set-aside under NAICS code 238120. The selected contractor will be responsible for delivering all materials by October 23, 2024, with quotes due electronically by September 17, 2024. Interested parties can contact Terrence Anderson at terrenceanderson@fws.gov or call 682-294-0280 for further information.
    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.
    C--NV-PAHRANAGAT NWR-DESIGN/BUILD SERVICES
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for Design/Build Services to replace and construct new North and South Wells at the Pahranagat National Wildlife Refuge in Nevada. The project entails drilling, casing, developing, and testing water quality for both wells, as well as installing pumps and necessary utilities to ensure a reliable water supply for the Refuge, which is critical for maintaining its ecological functions. The contract is expected to last approximately 2 years and 4 months, with construction activities primarily scheduled between June to September or October to February, and interested parties should contact Cindy Salazar at CindySalazar@fws.gov or 503-872-2832 for further details. This opportunity is set aside for small businesses under the SBA guidelines, with a NAICS code of 237110 for Water and Sewer Line and Related Structures Construction.
    Delintment Lake Water System Installation
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking qualified contractors for the installation of a solar-powered water system at the Delintment Lake Campground in Oregon. The project involves replacing an existing handpump delivery system with a solar pump, including the installation of solar panels, a prefab concrete building, and plumbing for water tanks. This initiative is crucial for enhancing the campground's water supply while promoting sustainable practices. Interested small businesses must submit sealed bids by September 18, 2024, with an estimated contract value between $100,000 and $250,000, and work expected to commence on May 1, 2025. For further inquiries, contact Stevonne Fuller at stevonne.fuller@usda.gov or call 509-293-4187.