Valley City NFH Boreholes Project
ID: 140FGA25Q0024Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, GAOAFalls Church, VA, 22041, USA

NAICS

Site Preparation Contractors (238910)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to undertake the Valley City NFH Boreholes Project, which involves drilling two boreholes at the Valley City National Fish Hatchery in North Dakota. The project aims to assess flow rates and water quality for potential future installation of production wells, with specific requirements for water output of 3,000 gallons per minute for the hatchery and 2,500 gallons per minute for Baldhill Dam National Fish Hatchery. This initiative is critical for enhancing hatchery operations and ensuring sustainable practices in fish production. Interested contractors must submit their proposals by July 25, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Justine Coleman at justine_pasiecnik@fws.gov or by phone at 413-253-8287.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a federal Request for Proposals (RFP) aiming to address specific needs identified in the public sector, focusing on enhancing program efficiency through innovative solutions. Key areas of interest include infrastructure development, technology integration, and service enhancements essential for local government operations. The RFP outlines eligibility requirements for potential bidders, emphasizing a commitment to sustainable practices and community engagement. It also specifies evaluation criteria, including technical expertise, project management capacity, and past performance in similar projects, to ensure proficient execution of the proposed solutions. Furthermore, the document highlights the timeline for proposal submissions and critical deadlines for project phases. Overall, this RFP serves as a framework to solicit competitive bids, seeking to leverage private sector innovation to meet public sector challenges while promoting transparency and accountability.
    The document outlines a Statement of Work for a project involving the drilling of two boreholes at Valley City National Fish Hatchery and Baldhill Dam National Fish Hatchery in North Dakota. The Contractor is required to assess the flow rates and water quality for potential future installation of production wells. Specifically, VCNFH needs 3,000 gallons per minute (gpm) and BDNFH requires 2,500 gpm. The Contractor must secure necessary permits, conduct utility locates, and perform water quality tests at an approved laboratory, ensuring tests meet specific chemical criteria. Required qualifications include a minimum of three years of relevant experience and a well driller’s license in North Dakota. The project is expected to be completed within 80 calendar days from the Notice to Proceed, excluding weekends and holidays unless approved otherwise. Ongoing communication with government representatives during the contract period is mandated to address project progress and potential issues. This document serves as part of the government's procurement process for construction services, specifically targeting environmental and operational needs for fish hatcheries.
    The document appears to encompass a compilation of government requests for proposals (RFPs), federal grants, and state/local RFPs, highlighting various funding opportunities and project requirements. It primarily addresses potential vendors, organizations, and government entities seeking to engage in partnerships for project execution. Key ideas include the categorization of RFPs by agency or project type, detailed eligibility criteria for applicants, and the required deliverables for each proposal. The document emphasizes compliance with regulatory frameworks, outlining the importance of adhering to established guidelines and safety measures in project execution. Supporting details further elaborate on funding limits, submission deadlines, and evaluation criteria utilized by state and federal agencies when assessing proposals. This structured approach provides a comprehensive guide for stakeholders engaged in public-sector contracting, ensuring transparency and promoting competition. In essence, the document serves as a critical resource for organizations looking to secure government contracts, fostering an understanding of procedural norms while enhancing opportunities for collaboration in public service initiatives.
    The document outlines a price schedule for a project at the Valley City National Fish Hatchery in North Dakota, primarily focused on installing two boreholes essential for hatchery operations. Key components of the project include mobilization/demobilization, water testing, and the specific installation work required for both boreholes. The bid specifies quantities for various items and includes a section for contractors to provide their name and SAM UEI number. The financial aspects are briefly addressed, noting subtotal costs and categories such as profit and overhead. Overall, this document is part of a government Request for Proposal (RFP) process, which calls for qualified contractors to submit their bids for completing the outlined work in compliance with provided specifications, enabling improved hatchery operations.
    The document outlines an amendment to Solicitation No. 140FGA25Q0024 issued by the federal government, specifically for the FWS GAOA in Falls Church, VA. It emphasizes that all offers must acknowledge receipt of this amendment prior to the specified deadline to avoid rejection. Several questions from potential contractors regarding project specifications, including design criteria and drilling methods, are addressed, referencing attached documentation for further details. The solicitation's due date remains set for July 25, 2025, by 12 PM PST, with a performance period spanning from August 1 to October 31, 2025. The amendment maintains all prior terms and conditions and highlights the importance of adhering to procedural requirements for modifications of contracts/orders. This amendment serves to clarify project specifications and ensure that all interested parties are aware of the necessary information needed for proposal submissions.
    The solicitation number 140FGA25Q0024 details a Request for Quotation (RFQ) issued by the U.S. Fish & Wildlife Service for the drilling of two boreholes at Valley City National Fish Hatchery, North Dakota. This opportunity is designated for small businesses and employs Simplified Acquisition Procedures to procure a Firm Fixed Priced Contract based on Lowest-Price Technically-Acceptable (LPTA) criteria. The RFQ outlines the need for project completion by October 31, 2025, with a performance period from August 1 to October 31, 2025. A pre-proposal site visit is scheduled for July 1, 2025, and interested contractors must be registered in the System for Award Management (SAM). The document specifies compliance with environmental regulations, the handling of hazardous materials, and adherence to the Buy American Act for construction materials. It includes various sections detailing project delivery, quality control, and specific contract clauses to ensure proper management and execution of the project. The RFQ ultimately reflects the government's commitment to securing reliable contractors for essential infrastructure needs while promoting small business participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. The tanks must meet specific design and performance criteria, including compatibility with existing models, UV and weather resistance, and compliance with ANSI/NSF 61 for potable water. This procurement is critical for maintaining water reserves at the refuge, ensuring environmental sustainability and wildlife support. Quotes are due by December 22, 2025, at 5:00 pm EST, and interested parties should submit their proposals via email to Khalilah Brown at khalilahbrown@fws.gov.
    AK SAIC ANCHORAGE HYDRATION STATION
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the selected contractor to provide all necessary labor, materials, tools, and equipment, ensuring compliance with local building codes and federal regulations, including environmental and historical preservation standards. This installation is crucial for enhancing operational efficiency and ensuring the well-being of personnel at the facility. The total construction cost is estimated to be less than $25,000, with a completion deadline set for December 31, 2025. Interested contractors can reach out to Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792 for further details.
    Y--NGWSP BLOCK 2-3 HDD
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Z--DK-DAM TENDER HOUSE ROOF REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the DK-Dam Tender House Roof Replacement project located at Heart Butte Dam in North Dakota. The project involves the removal and replacement of approximately 2,388 square feet of roofing, installation of five passive roof vents, and the addition of galvanized sheet metal gutters, with a total contract value estimated to be less than $25,000. This procurement is set aside for small businesses and requires adherence to specific material standards, including laminated architectural asphalt shingles and compliance with federal, state, and local regulations. Interested contractors must submit their offers by December 11, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Darlene Dillon at DDillon@usbr.gov or by phone at 406-247-4037.
    OH OTTAWA NWR WATER CONTROL STRUCTURE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The procurement includes various materials such as pre-cast concrete boxes, aluminum stop logs, HDPE pipes, and sealants, aimed at enhancing existing wetland units and installing a new stoplog structure. This initiative is crucial for maintaining the ecological integrity of the refuge, ensuring effective water management in wetland habitats. Interested contractors must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026. For further inquiries, contact Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321.
    Draft Tube Bulkhead Seal Replacement, Ft Randall Dam, SD
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the replacement of draft tube bulkhead seals at Fort Randall Dam in Pickstown, South Dakota. The project involves supplying new rubber seal assemblies, side retaining bars, leaf springs, and other ancillary materials for eight existing bulkheads that are experiencing wear and leakage. This procurement is critical for maintaining the operational integrity of the dam, ensuring effective sealing performance to prevent water leakage. Proposals are due by December 9, 2025, and interested small businesses must contact Brandie Murphy at Brandie.L.Murphy@usace.army.mil for further details. The contract is subject to strict quality control and compliance with federal standards, with a completion timeline of 190 calendar days post-award.
    Y--Hungry Horse Excitation System Replacement
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting proposals for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement aims to replace the excitation system equipment, with a contract value anticipated between $5 million and $15 million, and is exclusively set aside for small businesses under NAICS code 237990. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical generation capabilities. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to attend a pre-bid site visit on October 1, 2025. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    Y--NGWSP BLOCK 2-3 HDD
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is soliciting bids for the Horizontal Directional Drilling (HDD) services associated with the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3. This project entails the installation of approximately 1.8 miles of buried water transmission pipelines, including significant crossings over the San Juan River, Nenahnezad Bluff, Shumway Arroyo, and Chaco River, with a focus on addressing unique geological and environmental challenges. The contract is a Firm-Fixed Price (FFP) agreement, with a performance period from May 20, 2026, to September 21, 2027, and bids are due by 1:00 PM local time on February 25, 2026. Interested contractors should contact Amy Loveless at aloveless@usbr.gov or call 801-524-3790 for further details.
    FARGO-MOORHEAD FOREST MITIGATION PLANTING
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contractor for the Fargo-Moorhead Metropolitan Area Flood Risk Management Forest Mitigation Planting project. This initiative requires the contractor to provide all necessary labor, materials, and equipment to execute forest planting and maintenance across approximately 165.2 acres, including the establishment of trees, grasses, and forbs, as well as invasive species management over a three-year period. This project is crucial for environmental mitigation associated with the larger flood risk management efforts in the area. The solicitation is expected to be released in mid-December 2025, and interested parties should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information. The contract will be a Firm, Fixed-Price contract, set aside for small businesses, with a NAICS code of 115310 and a size standard of $11.5 million.