Design-Build Lamar Feed House Bldg Rehabilitation
ID: 140FC225R0001Type: Sources Sought
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)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) is conducting market research for a contract to design and rehabilitate the Feed House Building at the Lamar Fish Technology Center in Pennsylvania. The project aims to transform the existing building, originally constructed in 1951, into an isolation facility for wild-sourced fish eggs, particularly for Coregonine fish restoration, ensuring proper health inspections and environmental protection. Interested firms must have at least five years of relevant construction experience and are required to submit their qualifications by 1:00 PM CDT on October 24, 2024, to Jeanne Mohlis at jeanne_mohlis@fws.gov, with a project magnitude estimated between $1 million and $5 million.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking contractors for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona in 2022. The project requires comprehensive construction services, including mold detection, repairs to both exterior and interior walls, storm shutter restoration, deep cleaning of floor tiles, and the replacement of a propane tank storage structure, all adhering to strict safety and environmental regulations. This initiative is crucial for restoring vital infrastructure within the wildlife refuge, ensuring compliance with federal standards while promoting ecological integrity. Interested contractors should contact Tracy Gamble at tracygamble@fws.gov or call 404-679-4055, with bids due by October 22, 2024, and the project period set from September 30, 2024, to December 31, 2024, with an estimated contract value between $250,000 and $500,000.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting bids 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 under NAICS code 237990, with an estimated value between $1 million and $5 million. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Bids are due by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; interested contractors should contact Christa Garrigas at christagarrigas@fws.gov for further details.
    Y--UT-BEAR RIV MR RFG-PAVILION SHADE STRUCTURE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the construction of a steel pavilion/shade structure measuring 30' x 32' x 11'4" at the Bear River Migratory Bird Refuge in Brigham, Utah. The project requires the delivery of the structure within 120 days from the award date, with specific engineering requirements including a minimum of 20 years of experience in fabricating tubular steel shade structures and compliance with local building codes. This procurement is critical for enhancing visitor facilities at the refuge, ensuring both functionality and durability. Interested contractors must submit their quotations, acknowledging the amendment details, to Nicole Johnson at nicolecjohnson@fws.gov, and must be registered as active vendors on SAM.gov to be eligible for the award.
    Sources Sought: Euclid Creek Fishway Construction - W912P425X11LG
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Buffalo District, is seeking information from qualified contractors for the construction of the Euclid Creek Fishway in Cleveland, Ohio. The project involves constructing a full-width ramp with 31 weirs and pools designed to facilitate fish passage, including partial demolition and excavation of the existing spillway and bedrock. This construction is crucial for enhancing aquatic life movement and maintaining ecological balance in the area. Interested contractors must submit their responses by 3:30 p.m. Eastern Time on October 22, 2024, to Andrew Hewitt at andrew.b.hewitt@usace.army.mil, with a project cost estimated between $1 million and $5 million. For further inquiries, contractors may also contact Jeffrey G. Ernest at jeffrey.g.ernest@usace.army.mil.
    Albeni Falls Dam Fish Passage Facility
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of the Albeni Falls Dam Fish Passage Facility in Oldtown, Idaho. This procurement involves a two-phase design-build selection process, adhering to the Federal Acquisition Regulation (FAR) guidelines, and aims to facilitate fish passage at the dam, which is crucial for local aquatic ecosystems. The contract will be a firm fixed-price type with economic price adjustments, and interested firms should reach out to Charles Idle at charles.d.idle@usace.army.mil or Alex Marcinkiewicz at alex.r.marcinkiewicz@usace.army.mil for further details. The solicitation is currently open for submissions, and firms are encouraged to participate in this unrestricted competitive acquisition.
    Rehab Storm Damaged HQVC Building
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking contractors for the rehabilitation of the storm-damaged Headquarters/Visitor Center Building at Sandy Point National Wildlife Refuge in the U.S. Virgin Islands. The project involves comprehensive repair services, including electrical and aerial communication replacements, mold evaluation, and potential remediation, necessitated by damage from Hurricane Fiona in 2022. This initiative is crucial for restoring federal facilities while ensuring compliance with safety and environmental regulations. Proposals are due via email, with a site visit scheduled for October 15, 2024, and the contract value is estimated between $500,000 and $1,000,000, with performance expected from November 18, 2024, to November 18, 2025. Interested parties can contact Christina Mann at christinamann@fws.gov or 571-547-3499 for further details.
    Y--TN-DALE HOLLOW NFH-HVAC PURCH & INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the purchase and installation of an HVAC system at the Dale Hollow National Fish Hatchery in Celina, Tennessee. The project involves installing a heating and cooling system, specifically a heat pump of 10 tons or larger, in a newly constructed 4,000 square foot facility designed to maintain aquatic species at optimal temperatures. This procurement is crucial for enhancing the hatchery's operational efficiency and supporting endangered species conservation efforts. Interested small businesses must submit their proposals by November 15, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov. The estimated project budget is below $25,000, and the contract will be awarded based on a best value evaluation considering price, technical capabilities, and past performance.
    Y--GAOA - Kenai NWR Keen Eye Boardwalk Trail Project
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking small businesses to undertake the Keen Eye Boardwalk Trail Project at the Kenai National Wildlife Refuge in Alaska. The project involves the maintenance and replacement of an observation platform and the installation of helicals to support the platform, as well as the replacement of an existing timber boardwalk and observation deck with a new aluminum light-penetrating structure. This initiative is part of the Great American Outdoors Act and is crucial for enhancing visitor access and safety in the natural area. The solicitation is expected to be posted on or about October 23, 2024, with a project magnitude between $250,000 and $500,000, and interested contractors must register in SAM and direct inquiries to Samantha LaGue at samanthalague@fws.gov.
    Cultural Overviews and Cultural Resource: OR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract focused on cultural resource investigations and reporting across Oregon, Washington, Idaho, California, and Nevada. The objective of this procurement is to ensure compliance with the National Historic Preservation Act (NHPA) through thorough investigations, including background research, pedestrian surveys, and site documentation, while coordinating with State Historic Preservation Officers (SHPO). This contract, which spans from November 1, 2024, to October 31, 2027, has a minimum guarantee of $1,000 and a maximum cap of $499,985.73, with proposals due by October 25, 2024. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217.
    Animal Building, Fort Johnson, Louisiana
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking information from qualified contractors for the design and construction of an Animal Building at Fort Johnson, Louisiana. This project aims to establish a Military Working Dog facility, which will involve significant renovations and construction that comply with Department of Defense standards, with an estimated contract value between $5,000,000 and $10,000,000. The anticipated project duration is 25 months, with a solicitation expected to be issued in March 2025. Interested firms, particularly from the Small Business Community, must respond by October 25, 2024, and are encouraged to provide details regarding their experience, business size, and bonding capacity. For further inquiries, potential respondents can contact Richard Feller at richard.feller@usace.army.mil or Matthew Dickson at matthew.s.dickson@usace.army.mil.