Z--Interior Refinish/Painting - Waubay NWR VC, SD
ID: 140FC224Q0059Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Painting and Wall Covering Contractors (238320)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

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

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors for a Firm-Fixed Price construction contract focused on interior refinishing and painting at the Waubay National Wildlife Refuge Visitor Center in South Dakota. The project involves tasks such as removing wallpaper, repairing wall cracks, and repainting designated areas with environmentally friendly materials, all to enhance the visitor experience at the refuge. This procurement reflects the government's commitment to maintaining high standards in facility management while adhering to labor laws and environmental regulations, including the Davis-Bacon Act for wage determinations. Interested contractors must submit their quotes by September 10, 2024, and can direct inquiries to Elvia Arellano at elvia_arellano@fws.gov or (505) 248-6438.

    Point(s) of Contact
    Files
    Title
    Posted
    The file pertains to Solicitation No. 140FC224Q0059, which outlines a Firm-Fixed Price Construction contract for interior refinishing and painting at Waubay National Wildlife Refuge, South Dakota. The document details the contract structure, including pricing, specifications, project delivery, and contract clauses from the Federal Acquisition Regulation (FAR). Key requirements include the contractor's provision of liability insurance, adherence to the "Buy American" Act, and compliance with various environmental and labor laws such as the Davis-Bacon Act, which dictates wage rates for laborers. It specifies contractor obligations related to progress planning, inspection, acceptance, and electronic payment submission via the U.S. Department of the Treasury’s IPP system. The contract prohibits work during weekends and holidays unless authorized, and highlights the protection of endangered species and historical data. Special contract provisions emphasize the use of environmentally friendly materials and compliance with green procurement guidelines. This solicitation reflects the government’s commitment to thorough documentation and regulation-following in the procurement process for construction activities, ensuring quality, safety, and adherence to environmental standards.
    The solicitation 140FC224Q0059 outlines the requirements for repainting a Visitor Center managed by a government refuge. Contractors must measure the specified walls themselves, as measurements provided are estimates. The staff will remove wall exhibits, and although a small amount of mold from a previous leak was noted, no major water damage exists. Paint must be suitable for frequent public use, with preferences for low-VOC or environmentally certified options. The existing wallpaper is standard and should be relatively easy to remove. Contractors will have access to the site during business hours, with arrangements for on-site storage of materials. The refuge staff will prepare the site by protecting displays and covering the carpet. The document confirms that no other contractors will be present, ensuring a coordinated work environment. Proper disposal of waste, including hazardous materials, is mandated to follow local regulations. Overall, this document serves to clarify expectations and responsibilities regarding the painting project while ensuring compliance with safety and environmental standards.
    The document pertains to Amendment #1 of solicitation number 140FC224Q0059, issued by the FWS Construction A/E Team 2 located in Falls Church, Virginia. The primary purpose of this amendment is to provide the questions and answers related to the solicitation while clarifying that the previously outlined deadlines remain unchanged. Contractors are required to acknowledge the receipt of this amendment through specified methods, which include including an acknowledgment in their offer copies or via separate communication referencing the amendment number. Failure to submit this acknowledgment by the designated deadline may result in the rejection of their offer. The amendment reaffirms that all other terms and conditions of the original solicitations remain in effect unless explicitly altered by this amendment.
    The document outlines a solicitation for construction work at the Waubay National Wildlife Refuge Visitor Center, issued by the FWS Construction A/E Team. The project, estimated to cost less than $25,000, involves refinishing the Visitor Center, with a contract type of Firm-Fixed Price and a completion period of 60 days post-award. Interested contractors are encouraged to visit the site informally as no organized site visit is planned. Written questions must be submitted by August 30, 2024, with all quotes due by September 10, 2024, to the contracting officer, Elvia Arellano. The award criterion prioritizes the best value for the government, taking into account past performance and price. The document specifies additional solicitation requirements, including the necessity of performance and payment bonds, and outlines the offer process, emphasizing the need for a sealed bid and complete adherence to the solicitation's terms. The document is structured to facilitate a clear understanding of the bidding process, timelines, and contractor obligations, ultimately supporting transparency and competitiveness in federal contracting endeavors.
    The Statement of Work for the Waubay National Wildlife Refuge in South Dakota outlines the interior refinishing project for the Visitor Center. The contractor is tasked with removing wallpaper, repairing wall cracks, and repainting various areas including the entryway, bathroom hallway, and display room, with a specified white color approved by the government. The project covers specific dimensions of the display room and hallways and mandates that all work is conducted during standard business hours. The Government will inspect and accept the completed work prior to payment through IPP.gov. Importantly, the document provides directions to prevent potential navigation issues related to locating the site. Overall, this project aims to enhance the visitor experience by updating the facility’s interior, reflecting the government’s commitment to maintaining wildlife refuge environments.
    The document outlines wage determinations for building construction projects in South Dakota, governed by the Davis-Bacon Act. It identifies counties affected, specifies minimum wage guidelines under Executive Orders 14026 and 13658, and provides compensation rates for various construction classifications, including asbestos workers, electricians, and carpenters. The minimum wage rates are contingent upon contract dates; contracts initiated on or after January 30, 2022, must pay at least $17.20 per hour, while earlier contracts are bound to a lower rate of $12.90. The document explains the process for addressing wage determination appeals, including initial contact and further review steps involving the Wage and Hour Administrator. Importantly, it signifies the federal government's commitment to enforce labor standards in construction projects, ensuring fair compensation and worker protections, while also recognizing the need for conformance requests for unlisted classifications. Overall, this wage determination serves as a guideline for contractors involved in federally funded projects in the specified counties, emphasizing the necessity of adhering to established wage rates and labor laws.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.
    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.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    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.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    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.
    R--AZ SAN BERNADINO NWR SURVEY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide architectural and engineering (A&E) services for a Watershed LiDAR and Survey project at the San Bernardino National Wildlife Refuge in Arizona. The project involves high-resolution digital orthophotography, LiDAR acquisition, and topographic surveys across approximately 237 square miles, with a focus on establishing field survey control and developing a Digital Elevation Model (DEM) to support habitat restoration efforts for endangered aquatic species. This initiative is crucial for enhancing climate adaptation and restoring habitats impacted by agricultural expansion and climate change. Interested firms must submit their Standard Form 330 (SF330) by September 20, 2024, with a site visit scheduled for September 10, 2024. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or 505-248-6792.