Z--Concrete Sidewalk(s), Steps, and Site Work - WI
ID: 140FC225R0009Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Poured Concrete Foundation and Structure Contractors (238110)

PSC

REPAIR OR ALTERATION OF OTHER CONSERVATION AND DEVELOPMENT FACILITIES (Z2KZ)

Set Aside

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

    The U.S. Fish and Wildlife Service is soliciting proposals for the construction of concrete sidewalks, steps, and related site work at the Upper Mississippi River National Wildlife and Fish Refuge in Prairie du Chien, Wisconsin. The project aims to enhance accessibility by constructing new sidewalks and steps at existing facilities, along with improvements such as grading, erosion control, and the installation of grass paver walkways. This initiative is part of the government's commitment to improving community infrastructure while ensuring compliance with safety regulations and environmental standards. Interested small businesses must submit their proposals by May 22, 2025, following a site visit on May 8, 2025, and can contact Christine Beauregard at Christine_Beauregard@fws.gov for further details. The estimated project cost ranges from $25,000 to $100,000, with evaluations based on price and past performance.

    Point(s) of Contact
    Files
    Title
    Posted
    The Wyalusing Landing Sidewalks Project, part of the Upper Mississippi River National Wildlife and Fish Refuge in Prairie du Chien, Wisconsin, is inviting bids through a Request for Proposal (RFP). Bidders must review all solicitation documents thoroughly and are encouraged to attend a site visit. The contract will be awarded to the responsible bidder who presents the most advantageous proposal based on best value. All items listed in the bid sheet must be quoted; incomplete quotes will be rejected. The bid sheet outlines various tasks, including mobilization, removals, earthwork, aggregate base placement, concrete sidewalk and steps construction, installation of grass pavers and erosion control, as well as pavement stripping and seeding. A total cost must be provided, incorporating labor, testing, and profit. Bidders must include their vendor name, signature, email, date, and Unique Entity Identifier (UEI) number on the bid form. This project emphasizes comprehensive bidding compliance essential for the successful execution of government contracts and funding allocation.
    The Wyalusing Landing Sidewalks Project RFP is issued by the Upper Mississippi River National Wildlife and Fish Refuge in Prairie du Chien, Wisconsin, inviting bidders to submit proposals for a range of construction activities. Bidders must thoroughly review all solicitation documents and are encouraged to attend a site visit prior to submitting their quotes. The contract will be awarded to the most advantageous proposal to the government based on overall best value. The bid sheet outlines various items required for the project, including mobilization, removals, earthwork, aggregate base, concrete sidewalks and steps, grass pavers, pavement striping, erosion control, seeding, and miscellaneous costs. Quotes must be complete as partial submissions will not be accepted. The document includes necessary fields for vendor information, signature, date, and a Unique Entity Identifier (UEI) number, ensuring compliance with government contracting requirements. This project showcases the government's initiative to enhance community infrastructure while adhering to established procurement protocols.
    The document is a Past or Present Performance Survey aimed at evaluating a company's experience with federal contracts or subcontracts. It requires the submission of essential business information, such as company structure, contract history, and details about completed or ongoing projects. Companies must provide specific data on up to three contracts, detailing the contracting agency, project title, contract amount, roles (prime, joint venture, or subcontractor), scope of work, and any quality control or safety issues encountered during the project's duration. Additionally, it asks whether a Quality Control Plan and Safety Plan were utilized and how any encountered problems were resolved. It concludes with a certification section where the survey preparer must sign and include contact details. This survey serves a critical purpose within government RFPs, grants, and local funding applications by assessing qualifications, ensuring accountability, and verifying past performance, which are essential for securing future government contracts.
    The document pertains to an amendment to solicitation FC225R0009, related to a federal contract modification. It specifies the procedures for acknowledging receipt of the amendment, which must be done before the stated deadline to avoid rejection of offers. Contractors can acknowledge the amendment through various methods, including completing provided copies or via electronic communication, as long as they reference the solicitation and amendment numbers. The amendment also discusses changes made to contract provisions and clauses, highlighting that all remaining terms and conditions of the original contract remain unchanged and in full force. The document is authorized under FAR 43.103(b), indicating it conforms to federal acquisition regulations. The necessity for contractor acknowledgment ensures transparency and compliance in federal contracting processes, reinforcing the importance of adhering to timelines and procedural correctness in government procurement activities.
    The document pertains to the amendment of solicitation number 140FC225R0009, issued by the Federal Government for construction-related services. It outlines the procedures for acknowledging receipt of the amendment, emphasizing that failure to acknowledge may lead to rejection of offers. The amendment references a revised bid sheet added to the solicitation and specifies that offers must identify the amendment in communications. Key procedural details include the modification of existing contracts/orders and the authority under which the changes are made, specifically citing the FAR (Federal Acquisition Regulation). It states that the contractor may need to sign the amendment and return copies as specified. Overall, the main purpose of this document is to amend and clarify aspects of the solicitation process, ensuring that all participating contractors are informed of changes affecting their bids and submissions. This adherence to proper acknowledgment and procedural integrity is crucial for the procurement process within government contracting.
    The U.S. Fish and Wildlife Service is soliciting proposals for the installation of concrete sidewalks and stairs at Upper Mississippi River NW&FR, Prairie du Chien, Wisconsin. This Request for Proposal (RFP) is designated for small businesses and follows the Federal Acquisition Regulation (FAR) Part 13 guidelines. The anticipated project duration is three months post-award, with a bid submission deadline of May 22, 2025, and a site visit scheduled for May 8, 2025. Offerors must provide a firm-fixed-price proposal demonstrating relevant past experience and adherence to project specifications. The project’s estimated cost ranges between $25,000 and $100,000. Proposals will be evaluated based on price (49%) and other factors such as general contractor qualifications and past performance (51%). Offerors must be registered in the System for Award Management (SAM) and may be required to furnish performance and payment bonds contingent on the project cost. All submissions must comply with insurance requirements, ensuring safety and regulatory adherence throughout the construction phase. This solicitation reflects the government’s commitment to engage small businesses and ensure competitive bidding for public works projects.
    The Wyalusing Landing Sidewalks Project, managed by the U.S. Fish and Wildlife Service, aims to construct accessible sidewalks at the Upper Mississippi River National Wildlife and Fish Refuge in the McGregor District. This project includes building new sidewalks and steps at existing bathrooms, grass paver walkways at the kiosk, and accessible parking spots with appropriate striping and signage. Additional improvements involve grading, erosion control, tree stump removal, and seeding. The contractor is responsible for all materials, labor, and equipment while ensuring compliance with safety regulations, local utilities, and site conditions. Contractors must inspect the work site, provide submittals, and adhere to specifications outlined in various sections of the project manual. This includes obtaining permits and maintaining traffic and public safety during construction. Erosion and sedimentation controls are critical to prevent degradation of natural waterways due to disturbances from construction activities. The contractor must follow established guidelines and maintain cooperation with state park authorities throughout the project. Proper safety measures are mandated, and ongoing inspections are required to ensure adherence to all specifications and standards of quality throughout the construction process.
    The document appears to be a mishandled or corrupted file pertaining to government RFPs (Request for Proposals) and grants at various levels. The content consists predominantly of garbled text, indicating a serious encoding or formatting issue. Despite the corrupted state, there are hints of references to potential project areas, such as infrastructure development, possibly involving specifications and requirements typically found in government proposals. The fragmented sections suggest a mix of proposal language, including expectations for project outlines, timelines, and budgetary considerations, though most of it is indecipherable. The structure lacks clear organization due to the corruption, making it difficult to extract coherent details or specific objectives related to the proposals. Overall, the intended focus of the document seems to relate to the solicitation of bids or funding aimed at public sector projects, likely emphasizing compliance with established guidelines or standards. The document’s usefulness is significantly diminished because of its illegible state, ultimately failing to convey any actionable information regarding government contracts or grants.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.
    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.
    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.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    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.
    Hardwood Range WISS v5 Tower
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Corona Division, is soliciting proposals for the construction and installation of two 80-foot towers at the Hardwood Range in Necedah, Wisconsin. This project aims to enhance the Target Area Surveillance and Safety System (TASSS) for the Weapons Impact Scoring Set (WISS) program, which is critical for improving surveillance, safety, and scoring accuracy during operations. The contract, estimated to be valued between $100,000 and $250,000, requires adherence to various industry standards and federal regulations, with a performance timeline of 120 calendar days following the notice to proceed. Interested small businesses must submit their proposals electronically by the specified deadline to Julian Garibay at julian.p.garibay.civ@us.navy.mil, ensuring they are registered in SAM and comply with all outlined requirements.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, involves construction services including riparian planting, gravel paths, stone-toe revetment, and the construction of an L-head dike, with an estimated contract value between $10 million and $25 million. The initiative aims to restore and enhance the ecosystem along the Missouri River, ensuring compliance with stringent safety and environmental standards throughout the construction process. Bids are due by December 17, 2025, at 2:00 PM Central Time, and interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email.
    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.