LA-BIG BRANCH MARSH NWR-HURRICANE SHUTTE
ID: 140FC225Q0007Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting proposals for the installation of hurricane shutters at the Big Branch Marsh National Wildlife Refuge Administration building in Lacombe, Louisiana. The project requires contractors to supply heavy-duty, impact-resistant rolling shutters, relocate existing electrical and air conditioning components, and ensure compliance with federal, state, and local building codes and safety regulations. This initiative is crucial for enhancing the facility's hurricane preparedness and infrastructure resilience. Interested small businesses must submit their proposals, including a lump-sum pricing breakdown, within the specified timeline of 120 calendar days after receiving the Notice to Proceed. For inquiries, contractors can contact Micah Holmes at micah_holmes@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the government estimate for a project involving the installation of hurricane shutters at the BBM facility, referenced as bid number 140FC224Q0049. It provides a bid sheet detailing various components required for the project. Key items include the mobilization and demobilization of resources, the installation of roll-down shutters with specific dimensions, and the relocation of utilities. The document breaks down costs into several categories, including direct costs, insurance, overhead, and profit, culminating in a total price which is listed as zero, indicating either a placeholder or incomplete submission. This bid sheet serves as part of the Request for Proposals (RFP) process, aimed at soliciting contractors to provide necessary services and materials for enhancing the facility's hurricane preparedness. The format reflects standard practices within federal and local RFPs for construction-related projects, ensuring transparency in pricing and accountability in project execution.
    The Past Performance Questionnaire serves as a tool for evaluating a contractor's performance on federal contracts within the context of RFPs and grants. The document is structured across four pages, beginning with contractor-specific information, followed by client assessments. Contractors must provide details such as the nature of their engagement (prime or subcontractor), original and final contract prices, and project complexity. Clients are responsible for rating the contractor's performance on various aspects including quality, timeliness, customer satisfaction, management, cost management, safety and security, and overall compliance with contractual obligations. Ratings range from "Outstanding" to "Unsatisfactory," each with specific definitions to guide evaluations. The performance assessment aims to capture strengths, weaknesses, and overall satisfaction to inform future government contract decisions, emphasizing transparency and accountability in the contracting process. This questionnaire ultimately facilitates the government's ability to assess past performance when selecting contractors for future projects.
    The document is a Request for Information (RFI) issued by the U.S. Fish & Wildlife Service under the Department of the Interior. It invites contractors to submit inquiries regarding Solicitation Number 140FC225Q0007 related to a project titled "R4-LA-Big Branch Marsh NWR-BBM05-Hurricane Shutters," located at 61389 Highway 434, Lacombe, LA. Contractors are instructed to direct all RFI submissions to the designated Contracting Officer, Mr. Micah Holmes, by the specified deadline. The purpose of the RFI is to clarify any questions or concerns potential contractors may have about the project before submitting proposals. The document is structured to collect contractor details and inquiries, while also providing essential project information to ensure effective communication between the government and prospective service providers. This RFI is a critical step in the procurement process, facilitating transparency and fostering competitive bidding opportunities amongst contractors in the context of federal projects.
    The document outlines a Request for Proposal (RFP) for the installation of hurricane shutters at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The contractor is required to supply materials, labor, and equipment for this project, which must be completed within 120 calendar days of receiving the Notice to Proceed. The scope includes the provision of heavy-duty, impact-resistant rolling shutters, along with the relocation of existing electrical and air conditioning components to accommodate installation. The contractor must adhere to various federal, state, and local building codes and standards throughout the project, including safety and environmental regulations. Additional responsibilities include demolition, proper waste disposal, and ensuring compliance with necessary operational and safety protocols. Closeout procedures involve training local staff on the new systems and delivering comprehensive operation manuals. Key contacts for the project include the U.S. Fish & Wildlife service representatives for site-related, technical, and contract inquiries. This RFP emphasizes the government's commitment to enhancing infrastructure while ensuring safety and environmental stewardship, underlining the need for detailed planning and compliance with established regulatory frameworks.
    The solicitation document, numbered 140FC225Q0007, is an invitation for bid/request for proposal (RFP) issued by the U.S. Fish and Wildlife Service (FWS) for the construction and installation of hurricane shutters at the Big Branch Marsh National Wildlife Refuge in Lacombe, LA. The project requires the contractor to provide personnel, materials, and equipment, with a clear emphasis on adherence to federal guidelines including mandatory environmental compliance. The solicitation strictly requires that bidders are registered in the System for Award Management (SAM) and emphasizes a total small business set-aside, promoting participation from small businesses. Key requirements outlined include submission of a lump-sum pricing breakdown, timeline for delivery (120 calendar days after notice to proceed), and the provision of performance and payment bonds. Contractors must ensure compliance with wage determinations and environmental regulations while adhering to safety protocols during construction. The document includes detailed clauses regarding contract administration, special contract requirements, and necessary documentation for invoicing and payment. This solicitation represents a commitment by the federal government to engage small businesses and uphold safety and environmental standards in government-funded construction projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    ASPHALT REPAIR AT BIG BRANCH MARSH NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for asphalt repair at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project entails a firm fixed-price construction contract with an estimated cost between $25,000 and $100,000, focusing on the cleaning, repair, sealing, and striping of asphalt surfaces that are over 18 years old. This initiative is crucial for maintaining the infrastructure of national wildlife refuges, ensuring both environmental protection and safety compliance during operations. Interested contractors must submit their offers by adhering to the specified guidelines, with the project timeline set from March 1, 2025, to November 30, 2025. For further inquiries, contact Khanhthong Moody at KhanhthongMoody@fws.gov or call 404-679-4022.
    Z--NV-DESERT NWRC-WHIN-MARSH LEVEE REPAIR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking responses for the WHIN Marsh Levee Repair Project at the Pahranagat National Wildlife Refuge in Alamo, Nevada. This project involves the repair of the WHIN Marsh levee system, which is crucial for habitat management for migratory birds, particularly waterfowl, and includes the replacement of four water control structures and the design of a three-foot wide aluminum access catwalk with safety features. The initiative underscores the USFWS's commitment to wetland management and habitat preservation, with a primary NAICS code of 237990 and a size standard of $45 million. Interested businesses are encouraged to submit their Unique Entity Identifier (UEI), business type, and a document detailing their capabilities by February 7, 2025, to Shannon Barnhill at shannonbarnhill@fws.gov.
    VA HARRISON LAKE NFH VC ROOF
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the reroofing of the Visitor Contact Station at the Harrison Lake National Fish Hatchery in Virginia. The project entails replacing the existing roof, which covers approximately 2,600 square feet, with new asphalt shingles, including the removal and offsite disposal of the current roofing materials. This initiative is crucial for maintaining the facility's integrity and ensuring compliance with safety and environmental regulations, including adherence to federal labor standards. Interested contractors must attend a mandatory site visit on February 10, 2025, submit questions by February 12, 2025, and provide quotes by February 21, 2025, with the contract period running from March 17, 2025, to June 30, 2025. The estimated project cost is less than $25,000, and inquiries can be directed to Bill Koski at williamkoski@fws.gov.
    S--LA-SPEC AGNT-LACOMBE-JANITORIAL SERVICE
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for janitorial services at their Lacombe, Louisiana office under solicitation number 140FS325Q0027. The contract encompasses a base year with four optional renewal years, requiring the contractor to maintain cleanliness across approximately 2,609 square feet, including various flooring types and restroom facilities, while adhering to specified performance standards and safety regulations. This procurement is crucial for ensuring a clean and conducive work environment, reflecting the government's commitment to regulatory compliance and efficient resource use. Interested small businesses must submit their proposals by February 6, 2025, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    USCG Station Grand Isle HVAC Replacement
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the HVAC replacement project at the USCG Station Grand Isle in Louisiana. The project involves the complete removal and replacement of the air conditioning system, ducting, and insulation in the southwest wing of the UPH building, necessitated by significant water damage. This procurement is critical for maintaining operational efficiency and comfort at the facility, with a contract value not exceeding $35,000 and a performance timeline of 60 days post-award. Interested small businesses must submit their quotes by 5:00 PM CST on February 21, 2025, to Wesley.K.Hanna@uscg.mil, and are encouraged to inspect the site prior to bidding.
    Y--HVAC Replacement - VA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of the HVAC system at the Harrison Lake National Fish Hatchery in Charles City, VA. This project is designated as a Total Small Business Set-Aside and requires contractors to provide a technical response detailing the scope of work, material pricing, and a preliminary schedule, with a performance period of three months post-award. The initiative is crucial for maintaining efficient operations at the hatchery, as the existing HVAC system is outdated and inefficient. Proposals are due by February 25, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors must register in the System for Award Management (SAM) and comply with federal guidelines, with the estimated construction cost ranging between $25,000 and $100,000. For further inquiries, contact Christine Beauregard at ChristineBeauregard@fws.gov or call 413-253-8232.
    LAKE - AIRPLANE HANGER DOOR CONVERSION
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the conversion of airplane hanger doors at Lake Mead in Boulder City, Nevada. The project involves replacing the existing bifold hanger door lift system with a strap-based hydraulic lift system, ensuring compliance with all relevant building codes and safety regulations. This initiative is crucial for maintaining the operational safety and infrastructure of the National Park Service facilities. Interested contractors must submit sealed quotes by the specified deadline, with a mandatory site visit scheduled for February 3, 2025. The estimated construction magnitude is between $25,000 and $100,000, and the project is designated as a total small business set-aside. For further inquiries, contractors can contact Caroline Bachelier at carolinebachelier@nps.gov.
    F--CO SAN LUIS VALLEY NWR COMPLEX ABATEMENT
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting quotations for a hazardous materials abatement project at the Alamosa National Wildlife Refuge, focusing on the removal of asbestos-containing materials from two buildings. This project is exclusively set aside for small businesses, with a budget estimated between $10,000 and $25,000, and will involve a firm-fixed price contract requiring bidders to submit individual prices for two specific line items related to abatement services. The project is critical for ensuring environmental safety and compliance with federal regulations, with work scheduled to commence within ten days post-award and to be completed between November 18, 2024, and April 30, 2025. Interested contractors must submit their quotes by 2:00 p.m. EST on February 4, 2025, and can contact Ian Young at ianayoung@fws.gov or 612-713-5214 for further information.
    91--LA-SELA REFUGES-SET-UP-BULK FUEL BPA
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to establish a Bulk Fuel Blanket Purchase Agreement (BPA) for the Southeast Louisiana Refuges. The procurement involves the supply and delivery of off-road diesel and unleaded gasoline, with minimum delivery requirements of 200 gallons and maximums of 4,000 gallons per order, over a contract period extending from February 1, 2025, to January 31, 2030. This BPA is crucial for ensuring reliable fuel supply for refuge operations, adhering to National Fuel Quality Standards, and maintaining compliance with federal procurement regulations. Interested small businesses must submit their quotations by February 10, 2025, and direct inquiries to Merenica Banks at merenicabanks@fws.gov.
    56--FWS LA BAYOU SAUVAGE NWR LIMESTONE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the supply, delivery, spreading, and grading of approximately 500 tons of 610 Kentucky blue/gray limestone at the Bayou Sauvage Urban National Wildlife Refuge in New Orleans, Louisiana. The contractor will be responsible for ensuring the limestone is spread and graded to a depth of about four inches to enhance the parking lot at the refuge, with the anticipated period of performance running from February 6 to March 31, 2025. This procurement is a total small business set-aside under NAICS code 212321, emphasizing the importance of past performance and technical competence in the evaluation process. Interested vendors must submit their quotes by February 5, 2025, and direct any inquiries to Contract Specialist Lee Ann Riley at leeriley@fws.gov or by phone at 404-679-4158.