HI - FENCING MATERIALS
ID: 140FHR24Q0022Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, HURRICANE & RECOVERYFalls Church, VA, 22041, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)

Set Aside

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

    The U.S. Fish and Wildlife Service, under the Department of the Interior, has announced the cancellation of the solicitation for fencing materials, originally associated with solicitation number 140FHR24Q0022, due to a lack of available funds. This procurement was intended to support hurricane recovery efforts at the James Campbell National Wildlife Refuge in Kahuku, Hawaii, where specific fencing components such as woven wire fencing, fence posts, and clips were required. Although this particular requirement has been cancelled, there is a possibility that it may be resolicited in the next fiscal year. For further inquiries, interested parties may contact Tina Baker at tina_baker@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to Amendment 0001 of solicitation number 140FHR24Q0022, issued by the U.S. Fish and Wildlife Service (FWS) for Hurricane Recovery services. The amendment outlines necessary instructions for contractors regarding the acknowledgment of receipt of the amendment, emphasizing that failure to do so may lead to the rejection of offers. Important details include the amendment’s effective date, set for August 7, 2024, and the period of performance specified from August 27, 2024, to October 31, 2024. It also mentions administrative changes in the contract and provides specific guidelines on acceptable methods for submitting offers and modifications to offers already submitted. The document reinforces that all terms and conditions of the original solicitation remain in force unless modified by this amendment. The thoroughness of these instructions demonstrates the government's adherence to regulatory compliance and procedural clarity in procurement processes for federal projects.
    The document pertains to the amendment of a federal solicitation (140FHR24Q0022) related to a project managed by the U.S. Fish and Wildlife Service (FWS), specifically focused on hurricane response and recovery efforts in Falls Church, Virginia. The amendment extends the due date for bid submissions from September 11, 2024, to September 17, 2024, to allow prospective contractors additional time to gather necessary materials for their bids. The amendment also outlines the period of performance for the contract, which runs from August 27, 2024, to October 31, 2024. Contractors are required to acknowledge receipt of the amendment through specified methods, and changes to submitted offers can be made prior to the new bid opening date. The document emphasizes the importance of adhering to governmental procurement processes and deadlines, highlighting the potential rejection of offers that do not comply. Overall, this represents the government's ongoing efforts to manage recovery operations following natural disasters while maintaining transparency and procedural integrity in the bidding process.
    The document outlines Amendment No. 3 to solicitation number 140FHR24Q0022, issued by the Federal government regarding a contract modification for fencing materials as part of hurricane recovery efforts. The amendment requires acknowledgment of receipt by the bidders and specifies new conditions for an existing contract. Key changes include the revised Bill of Materials detailing specific fencing components required for the project, including woven wire fencing, fence posts, fence clips, and galvanized pipes. The period of performance for the project is noted to be from September 19, 2024, to November 12, 2024. The document confirms that all other terms remain unchanged, emphasizing the importance of compliance with acknowledgment procedures to avoid rejection of offers. This document forms a crucial part of the government's contracting process, ensuring adherence to regulations and clarity regarding project specifications.
    This document pertains to the amendment of solicitation number 140FHR24Q0022, issued by the Federal Government, specifically within the context of federal RFPs and contracts. The amendment outlines the procedure for acknowledging receipt of the amendment by contractors, which could be done through various means such as copies of the amendment, acknowledgment on submitted offers, or separate communications referencing the solicitation and amendment numbers. It emphasizes that failure to acknowledge receipt may lead to the rejection of offers. Furthermore, the document specifies details regarding the modification of contracts/orders, including a revised materials list and a new period of performance, which is from September 19, 2024, to November 12, 2024. The amendment necessitates that all parties adhere to the stated terms and ensure timely receipt of any communications. It remains clear that the terms and conditions, aside from amendments, are to remain unchanged. The formal acknowledgment by authorized personnel encapsulates the official nature of the document, signifying critical timelines and compliance expectations for contractors involved.
    This document outlines the Request for Proposal (RFP) for procuring fencing materials for the U.S. Fish & Wildlife Service (FWS) at the James Campbell National Wildlife Refuge in Kahuku, Hawaii. The solicitation includes a detailed schedule of supplies and services required, emphasizing the delivery and offloading of materials at the specified project location, aligned with a 45-day performance period from the award date. Key requirements consist of woven wire fencing, fence posts, clips, and structural braces, as included in the bill of materials. Additional sections stipulate the administrative and payment processes under federal regulations, including clauses related to small business participation, compliance standards, and invoicing requirements through the U.S. Department of the Treasury’s Invoice Processing Platform. Importantly, the document necessitates adherence to specific FAR provisions and clauses that govern federal contracting, including those pertaining to labor standards and ethical business practices, ensuring that contractors meet government guidelines and specifications. The overall purpose underscores the government’s commitment to supporting wildlife preservation initiatives while facilitating regulatory compliance and fostering opportunities for small businesses within federal contracts.
    Lifecycle
    Title
    Type
    HI - FENCING MATERIALS
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    C--HI MIDWAY ATOLL NWR OWNER'S REP
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for architectural engineering services as an Owner's Representative for the Midway Atoll National Wildlife Refuge in Hawaii. The project aims to enhance or construct protective features for the inner harbor and repair the seawall, emphasizing the federal government's commitment to environmental protection and infrastructure maintenance within wildlife refuges. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on their technical approach, past performance, and capabilities. The detailed solicitation package will be available on SAM.gov on September 18, 2024, and inquiries should be directed to JoAnn Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and debris to facilitate construction. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is estimated to be valued between $100,000 and $250,000, with a performance period expected to commence in June 2025 and conclude by September 2025. Interested contractors can direct inquiries to Alisha Knaub at alisha.knaub@usda.gov or by phone at 406-438-2981.
    Z--KP LIGHTHOUSE REPAIRS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting proposals for the repair and restoration of the Daniel K. Inouye Kīlauea Point Lighthouse's lantern, located at the Kīlauea Point National Wildlife Refuge in Hawaii. The project requires specialized construction services to address existing leaks and corrosion, including the removal and reinstallation of the historic 2nd Order Fresnel lens, weatherproofing the lantern, and repairing ventilation mechanisms. This initiative is crucial for preserving a site listed on the National Register of Historic Places, highlighting the importance of maintaining historical landmarks while adhering to safety and environmental standards. Interested contractors must submit their proposals by the specified deadline, with an estimated project cost ranging between $1 million and $5 million. For further inquiries, contact Joann Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    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.
    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.
    HI FLAP CR562(1) Kilauea Point
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Central Federal Lands Division, is seeking contractors for the HI FLAP CR562(1) project at Kilauea Point in Hawaii. The project aims to enhance access for pedestrians and bicyclists along Kolo Road and Kilauea Road (Route 562) by installing sidewalks, rehabilitating existing pavement, and constructing safety features such as guardrails and mini-roundabouts. This initiative is crucial for improving visitor access to the Kilauea Point National Wildlife Refuge, which is vital for wildlife conservation and public enjoyment. Interested contractors should note that the project is anticipated to be advertised in October 2024, with an estimated cost range between $10 million and $20 million, and can contact Stephanie Navarro at cflcontracts@dot.gov or Ryan Phillips at cflacquisitions@dot.gov for further information.
    Repair SPCS Fence, Barking Sands PMRF, HI
    Active
    Dept Of Defense
    The Department of Defense, through the Hawaii National Guard, is seeking proposals from qualified small businesses for the repair of the SPCS Fence at the Barking Sands Pacific Missile Range Facility (PMRF) in Hawaii. The project involves enhancing the existing fence by adding outriggers, repairing damaged sections, and reconfiguring gates, with a total construction duration of 90 days following the notice to proceed. This procurement is critical for maintaining the security and operational integrity of the facility, with a budget estimated between $25,000 and $100,000. Interested contractors must attend a pre-proposal conference on September 11, 2024, and submit their proposals by September 19, 2024; for further inquiries, they can contact Cezar Y. de Veas at cezar.y.deveas.mil@army.mil or Clesson Paet at clesson.k.paet.civ@army.mil.
    PRONGHORN FENCE MOD FY 24
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) within the Department of the Interior is seeking proposals for the modification of 2.75 miles of fencing to facilitate the migration of pronghorn antelope in Wyoming for fiscal year 2024. The project involves the removal of existing fencing, installation of new barbed and smooth wire fencing, and the addition of Powder River Gates, with a focus on adhering to federal and state safety and environmental regulations. This initiative is crucial for wildlife management and conservation efforts, ensuring safe passage for pronghorns across their habitat. Interested contractors should note that the estimated contract value is $15,000, and proposals must be submitted by the specified deadline, with inquiries directed to Antoinette Nelson at amnelson@blm.gov or by phone at 307-775-6043.