Y--WA-TOPPENISH NWR-DESIGN/BUILD WELL
ID: 140FC324R0011Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 3Falls Church, VA, 22041, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)
Timeline
    Description

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking contractors for the design and construction of a new domestic well at the Toppenish National Wildlife Refuge in Washington. The project involves engineering services, construction documentation, and drilling operations, with a focus on adhering to federal guidelines and environmental compliance. This initiative is part of the government's commitment to enhancing infrastructure within national wildlife refuges, ensuring sustainable water supply and ecological management. Interested contractors should note that the site visit is scheduled for July 30, 2024, and proposals are due by September 16, 2024, with a project budget estimated between $500,000 and $1 million. For further inquiries, contact Jessica Tines at jessica_tines@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the details regarding a project related to the Refuge’s existing domestic well, located at specific geographical coordinates. The main focus is on scheduling a site visit to the Refuge Headquarters Office, which is near the well. The file emphasizes the importance of following a mapped route indicated by blue dots leading to the well site. This pertains to governmental efforts to maintain or upgrade water resources, pertinent for federal government requests for proposals (RFPs) and grants. The context suggests an environmental or infrastructural project aimed at ensuring sustainable water supply and possibly assessing the site for future development plans. Overall, this initiative highlights the government’s commitment to ecological management and community resources.
    This document outlines an amendment to a solicitation aimed at modifying a contract, specifically referencing Solicitation No. 140FC324R0011. The amendment updates the scheduled site visit from 10:00 am PDT to 12:00 pm PDT on July 30, 2024, at a designated location in Toppenish, WA. It notes that for contracts exceeding $35,000, a Payment Bond is required, while contracts over $150,000 necessitate both payment and performance bonds, expected within 10 calendar days post-award. The period of performance for the related project is set from September 23, 2024, to January 22, 2026. Questions about the solicitation should be submitted via email by August 5, 2024, at 10:00 am PDT to the designated official. Overall, this document serves as a formal communication to prospective contractors about changes to the solicitation process and emphasizes critical compliance requirements for bidding.
    The document is an amendment to solicitation number 140FC324R0011, issued by the FWS Construction A/E Team, detailing important updates for contractors regarding a specific project near Toppenish, WA. Key changes include instructions for acknowledging receipt of the amendment and requirements for modifying submitted offers. It specifies that amounts awarded over $35,000 necessitate a Payment Bond, while contracts exceeding $150,000 require both payment and performance bonds within ten days post-award. The project's magnitude is estimated between $500,000 and $1,000,000, with a site visit scheduled for July 30, 2024. All Phase 1 inquiries must be submitted via email by August 5, 2024, and the project's performance period is set from September 23, 2024, to January 22, 2026. The amendment emphasizes protocols for communication and submission to ensure compliance with federal contracting procedures.
    This document amends solicitation FC324R0011 and initiates Phase II of the bidding process for a construction project in Falls Church, VA. Offerors selected from Phase I have been notified and are eligible to submit proposals. Key dates include the deadline for Phase II questions on September 6, 2024, at 10:00 am PST, and the proposal due date on September 16, 2024, at 10:00 am PST. The amendment underscores the requirement for payment bonds for awarded amounts exceeding $35,000 and both payment and performance bonds for awards over $150,000, due within ten calendar days post-award. The project has a budget magnitude between $500,000 and $1,000,000, with a performance period extending from September 23, 2024, to January 22, 2026. Overall, this amendment outlines critical procedural steps, requirements for submission, and financial bonding conditions in the context of federal contracting.
    The document outlines the Request for Proposal (RFP) for the construction of a new domestic well and associated services at the Toppenish National Wildlife Refuge in Washington. The solicitation number is 140FC324R0011, and the project encompasses various base tasks including engineering services, construction documents, and drilling operations. The contractor must adhere to federal guidelines, including submission of required payment and performance bonds. The project's expected performance period is from September 23, 2024, to January 22, 2026, with a site visit scheduled for July 30, 2024. Additionally, the RFP details environmental compliance requirements, payment processes, and hazardous material handling protocols. The document emphasizes the crucial role of contractors in fulfilling project requirements while ensuring safety and proper environmental practices. Overall, this RFP exemplifies the government's commitment to enhancing infrastructure within national wildlife refuges while adhering to strict regulatory standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Well Rehabilitation - VA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the rehabilitation of an 8-inch production well at the Harrison Lake National Fish Hatchery in Charles City, Virginia. The project aims to restore the well's flow capacity and water quality, which is crucial for maintaining hatchery operations, as the well was last serviced in 2013. This procurement is significant for ensuring the sustainability of fish populations and the overall effectiveness of the hatchery's operations. Proposals are due by September 18, 2024, with a site visit scheduled for September 4, 2024, and interested parties can contact Christine Beauregard at ChristineBeauregard@fws.gov for further information.
    WA-SPRING CRK NFH-DE-WATERING & EFFLUENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a federal contract to service and install pumps at the Spring Creek National Fish Hatchery in Washington State. The procurement involves servicing a 30 HP de-watering pump and installing a new 7.5 HP effluent pump, with a focus on ensuring operational efficiency and compliance with federal regulations. This opportunity is particularly significant as it supports the maintenance of vital hatchery services, which are crucial for the management of fishery resources. Interested small businesses must submit their quotes electronically by September 19, 2024, with the contract performance period running from September 23, 2024, to November 30, 2024. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors 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 valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, which measure approximately 54' x 110', and must adhere to specific engineering standards, including snow and wind load requirements. This initiative is part of the federal government's commitment to enhancing infrastructure for fish stocking programs and recreational fishing, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    Y--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated infrastructure, including an intake structure, pump systems, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam operations. Interested contractors must submit their proposals by September 10, 2024, and are encouraged to attend a pre-bid site visit on August 28, 2024; for further inquiries, they can contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.gov.
    N--OK-TISHOMINGO NFH-POND LINERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project involves the removal of existing liners from Ponds 4 and 14, reshaping the pond bottoms, and installing new underdrain systems along with geotextile fabric and geomembrane pond lining, all aimed at enhancing ecological conditions at the hatchery. This procurement is critical for maintaining the operational integrity of the hatchery and supporting wildlife management efforts, with an estimated project cost between $250,000 and $500,000 and a performance timeline of 90 calendar days. Interested contractors must submit sealed bids electronically by 5:00 PM local time on September 25, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further information.
    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.
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated contract value between $10 million and $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by October 11, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    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.
    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.