Y--AZ-WILLIAMS CRK NFH-CANOPY
ID: 140FC124Q0033Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 1Falls Church, VA, 22041, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

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

    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 nicole_c_johnson@fws.gov or by phone at 571-547-3470.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to a government Request for Proposal (RFP) from the U.S. Fish and Wildlife Service (USFWS) for the construction of an E-Bank Steel Building Structure at Williams Creek National Fish Hatchery in McNary, Arizona. The contract type is a Firm Fixed Price, set aside for small businesses, with an estimated price range between $25,000 and $100,000. The RFP outlines the project requirements, including the design, delivery, and installation of a steel structure over an existing concrete fish rearing raceway. The document specifies several sections, including solicitation details, bid schedule, project specifications, contract clauses, and representations required from offerors. Key elements include requirements for structural drawings, mobilization costs, safety regulations, environmental considerations, and compliance with federal standards such as the Buy American Act. It emphasizes the commitment to adhering to environmental laws, addressing potential delays due to weather, and ensuring compliance with wage regulations and project specifications. The primary aim is to solicit appropriate bids while ensuring that proposals align with government standards, are executed safely, and promote small business participation.
    The U.S. Fish and Wildlife Service has issued a solicitation for the construction of a pre-fabricated open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Navajo County, Arizona. Interested offerors must register in the System for Award Management and complete the necessary certifications. The submitted proposals are due by September 19, 2024, at 5:00 pm EST, with a site visit scheduled for September 9, 2024. Award selection will be based on a "Best Value" trade-off evaluation. Bidding requires a 20% bid bond, a certificate of insurance, 100% payment and performance bonds, and a completed SF-1442 form, including any amendments. The project's estimated magnitude is between $25,000 and $100,000. For inquiries, potential bidders can contact Nicole Johnson or Erik Burlingame via email. This solicitation reflects the federal government's ongoing commitment to enhancing infrastructure within the environmental and wildlife conservation sectors.
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids through Amendment 1 of RFP 140FC124Q0033 for the construction of a steel structure to cover an existing concrete fish rearing raceway at Williams Creek National Fish Hatchery in Whiteriver, Arizona. The project involves designing, shipping, and erecting an open-sided, roofed steel structure with specified dimensions of approximately 54’x110’. Interested firms must provide a bid that includes pricing for mobilization, design and installation of the steel structure, insurance, and profit overhead. The bid schedule outlines these components, allowing for a clear total cost estimation from prospective contractors. This RFP emphasizes the USFWS goal to enhance operational infrastructure while adhering to necessary specifications and requirements.
    The document outlines the solicitation for a construction contract by the U.S. Fish and Wildlife Service (USFWS) at the Williams Creek National Fish Hatchery in Arizona, specifically for the erection of an E-Bank Steel Building structure. The contract type is a firm fixed price, set aside for small businesses, with a budget estimate between $25,000 and $100,000. It encompasses various aspects, including project scope, applicable regulations, and special requirements regarding construction, safety, and labor standards. Key project elements involve the design, shipment, and installation of a new open-sided steel structure over existing fish rearing raceways, with specifications attached for reference. The contractor is required to adhere to environmental regulations, including managing hazardous materials and mitigating any identified archaeological findings during construction. Additionally, compliance with federal standards, such as the Buy American Act and acknowledgment of potential interruptions due to environmental factors, is mandated. This RFP exemplifies the government's commitment to sustainable construction practices, archaeological preservation, and adherence to procurement laws, all aimed at ensuring contractor accountability and effective use of federal funds for environmental projects.
    The US Fish and Wildlife Service (USFWS) is seeking contractors for the design, shipment, and construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Whiteriver, Navajo County, Arizona. The existing rearing raceways, measuring approximately 54'x110', require this new structure. Proposals must include stamped and signed structural drawings to meet USFWS specifications. The bid schedule outlines required costs for mobilization and demobilization, design and installation of the steel structure, bonds and insurance, and overhead/profit margins. Interested firms must provide comprehensive pricing details per the template supplied. This project reflects the USFWS's initiative to improve facilities and enhance fish rearing capabilities.
    This document details the site visit arrangements for contractors interested in a construction project related to Williams Creek National Fish Hatchery in McNary, AZ. The organized site visit is scheduled for September 9, 2024, at 10:00 a.m. Arizona Standard Time. Participants are instructed to meet at the hatchery location, with driving directions provided due to limited cell service in the area. Contractors must RSVP to the designated contacts, including the contract specialist and the project leader, at least 24 hours prior to the visit. The document reinforces the importance of inspecting the site for prospective bidders and includes a note that specific inquiries about the RFQ should be directed to the contract specialist rather than the project leader. This initiative aligns with best practices for government contracting, ensuring bidders are well-informed about site conditions and necessary logistical considerations before commencing any work.
    The Statement of Work for the Alchesay National Fish Hatchery outlines the need for a prefabricated pitched roof steel structure for an existing exterior aquatic raceway, known as “E-Bank.” The structure, measuring approximately 54’ W x 110’ L, will serve as a canopy for the raceways and must meet specific engineering design standards, including requirements for snow load (minimum 50 PSF) and wind load (minimum 90 MPH). Key specifications include using 14-gauge galvanized steel for the frame and 29-gauge steel panels with a minimum width of 3 feet. The project emphasizes the importance of site assessment before proposal submission and requires the contractor to clear the site of debris post-completion. The design must be prepared by a licensed structural engineer and include details for installation, which is to be conducted by the metal building manufacturer. The project reflects the federal government's commitment to support tribal land fish stocking programs and recreational fishing initiatives and mandates a minimum 25-year warranty for the structure. The project contact is Craig Thomas from the Alchesay & Williams Cr. National Fish Hatchery, facilitating direct communication regarding inquiries or clarifications.
    The document consists of various elements typically found in government RFPs, grants, and state/local contracts, though it is fragmented and includes a mix of textual data and encoded information, making a precise extraction of content challenging. The overarching themes focus on presenting project outlines for upgrading systems, compliance with legal and safety regulations, and addressing environmental concerns. Key aspects highlighted include adherence to federal standards, coordination among contractors, and environmental considerations, particularly in relation to hazardous materials and the importance of ensuring public safety. Such documents are intended to guide prospective bidders and grant applicants on the necessary qualifications, project parameters, and compliance expectations, reflecting efforts to maintain quality and safety in public contracts. Overall, this file seems to serve an administrative purpose within the realm of public funding and project oversight.
    The document pertains to the amendment of solicitation FC1, specifically the contract 140FC124Q0033 for the FWS Williams Creek National Fish Hatchery project. The main change is the removal of the requirement for signed and stamped drawings to be submitted with the vendor's proposal; instead, these will now be required only from the winning bidder after the award. Additionally, the title of the Contract Line Item Number (CLIN) has been updated for clarity. The amendment emphasizes the necessity for contractors to acknowledge its receipt before the specified deadline to ensure their offers are considered valid, with failure to do so potentially leading to rejection. The period of performance for the project is from October 1, 2024, to March 31, 2025. Despite these modifications, all other contract terms remain unchanged, underscoring the continuity of the project amidst adjustments to submission protocols.
    The document outlines a solicitation for a construction project focusing on the installation of an open-sided steel structure over existing concrete fish rearing raceways at the Williams Creek National Fish Hatchery in Arizona. It invites bids for the design, shipping, and erection of the structure, with a project cost estimate between $25,000 and $100,000, classified as a Total Small Business set-aside. Contractors must provide stamped structural drawings along with their proposals, and work is expected to begin within specified calendar days after award notification. The offers, due by a specified deadline, will be evaluated based on price and non-price factors such as technical capability and past performance. A site visit is scheduled, and interested parties should submit inquiries via email to the designated contact. Any contract awarded over $35,000 will require a Payment Bond, and amounts over $150,000 will necessitate both Payment and Performance bonds. The project aims to enhance the facility's capacity while complying with relevant regulations and ensuring a competitive bidding process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    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.
    Y--OR-DIV OF ENGINEERING-EGG INCUBATION ROOM
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a design-build contract to construct an additional egg incubation room at the Lookingglass National Fish Hatchery. This project aims to enhance the hatchery's egg incubation capacity by 10-15%, thereby improving safety, efficiency, and productivity through the consolidation of equipment and the installation of new structural and mechanical systems. The anticipated contract, classified under NAICS code 238990, will require comprehensive design and construction services, including site development and utility connections. Interested parties, particularly small businesses and service-disabled veteran-owned firms, must submit a five-page response detailing their capabilities by September 16, 2024, to Cindy Salazar at CindySalazar@fws.gov.
    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 significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.
    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.
    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.
    Z--Arroyo Canal Fish Screen and Sack Dam Bypass Proje
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation is seeking potential vendors for the Arroyo Canal Fish Screen and Sack Dam Bypass Project in California, aimed at improving fish passage operations at Sack Dam. This significant construction initiative, categorized under NAICS code 237990, is crucial for the restoration of the spring-run Chinook salmon population in the San Joaquin River, following priorities established in the 2006 Settlement. The project entails extensive construction activities, including dewatering, installation of concrete structures, fish ladders, and habitable facilities, with an estimated budget ranging from $100 million to $200 million. Interested businesses are encouraged to submit their capabilities by September 24, 2024, and should provide detailed company information, qualifications, and bonding capacity. For further inquiries, potential vendors can contact Sydney Johnson at sgjohnson@usbr.gov or call 916-978-5431.
    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.