Y--WA-TOPPENISH NWR-DESIGN/BUILD WELL
ID: 140FC324R0011Type: Sources Sought
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
    OR-WATER RB-WATER RIGHTS IMPROVEMENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the "OR-WATER RB-WATER RIGHTS IMPROVEMENT" project, aimed at enhancing water rights at the Leavenworth National Fish Hatchery. This Request for Quotation (RFQ) seeks small businesses to assist in obtaining necessary water rights permits and implementing improvements to ensure sustainable water use for fish propagation. The project is critical for habitat conservation, as it involves preparing and processing water right change applications while adhering to state and federal environmental regulations. Interested vendors must submit their quotes by September 25, 2024, with a performance period of 15 months post-award, and can direct inquiries to Oscar Orozco at oscarorozco@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.
    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.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids 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 exterior and interior walls, storm shutter restoration, and the replacement of a propane tank storage structure, with a project magnitude estimated between $250,000 and $500,000. This rehabilitation is crucial for maintaining the integrity of infrastructure within the wildlife refuge, ensuring compliance with federal environmental and safety standards. Interested contractors must submit their proposals electronically by October 15, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further details.
    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.
    NEZ PERCE-CLEARWATER NF Salmon River Seed Orchard Well Drilling
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking qualified contractors for the "Salmon River Seed Orchard Well Drilling" project located in the Nez Perce-Clearwater National Forests in Idaho. The primary objective is to drill a well to provide potable water to the nursery, with provisions for additional wells if the initial attempt does not meet specifications. This project is crucial for ensuring sustainable water resources for agricultural activities within the national forest, reflecting the government's commitment to effective water management. Bids are due by September 26, 2024, at 11:00 A.M. MT, with a project budget estimated between $100,000 and $250,000, and work is expected to commence no earlier than October 15, 2024, continuing until October 15, 2025. Interested contractors can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.
    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 structures, including an intake system, pump installations, 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 infrastructure. Interested contractors must submit their proposals by October 17, 2024, with work expected to commence on December 23, 2024, and conclude by October 31, 2027. For further inquiries, contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.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, measuring approximately 54' x 110', with specific engineering requirements for snow and wind loads. This initiative aims to enhance the facility's operational capacity and support fish stocking programs, reflecting the government's commitment to environmental conservation. Interested contractors must submit proposals by September 26, 2024, and are encouraged to attend a site visit on September 9, 2024; inquiries can be directed to Nicole Johnson at nicolecjohnson@fws.gov.
    Z--Trail, Boardwalk and Bridge Repairs at Quivira NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for the rehabilitation of trails, boardwalks, and bridges at the Quivira National Wildlife Refuge in Stafford, Kansas, under Solicitation Number 140FGA24R0002. The project aims to enhance outdoor recreational infrastructure, with a focus on improving accessibility and ecological integrity through the replacement and repair of existing structures. This initiative is part of the Great American Outdoors Act, reflecting the federal commitment to maintaining natural habitats while promoting safe public access. Interested contractors must submit their proposals via email by October 11, 2024, with a project magnitude estimated between $500,000 and $1,000,000 and a performance period from October 1, 2024, to March 30, 2025. For further inquiries, contact Justine Coleman at justinepasiecnik@fws.gov or call 413-253-8287.
    Y--NEVADA - NYE COUNTY, NEVADA ASH MEADOWS NWR Design/Build Services
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (USFWS), is seeking qualified contractors for Design/Build Services related to the restoration of the Crystal Springs hydrological system at the Ash Meadows National Wildlife Refuge in Nye County, Nevada. The project involves the decommissioning and removal of three dams, remediation of hazardous materials, and the enhancement of visitor access through improved facilities and trails, all aimed at restoring ecological functions and benefiting diverse wildlife habitats. This initiative is significant for ecological restoration and public engagement within the refuge, with a contract budget exceeding $10 million and a performance period from September 2024 to February 2027. Interested parties should direct inquiries to Ian Young at ianayoung@fws.gov, and proposals will be evaluated under federal design-build procedures, with a notice to proceed anticipated in March 2025.