N--VA HARRISON LAKE NFH POND ELEC. UPGRADE
ID: 140FC225Q0029Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the replacement and upgrade of electrical panels at the Harrison Lake National Fish Hatchery in Virginia. The project involves the installation of 19 new NEMA 3R outdoor panels and a 400-amp disconnect, with a focus on ensuring compliance with the National Electrical Code and safety standards. This upgrade is crucial for enhancing the operational efficiency of the hatchery while adhering to environmental conservation efforts. Interested contractors must possess a valid Class B Master Electrician license in Virginia and submit their quotes by June 4, 2025, following a site visit on May 22, 2025. For further inquiries, contact William Koski at william_koski@fws.gov. The estimated value of the contract is under $25,000, with the performance period scheduled from June 23 to September 22, 2025.

    Point(s) of Contact
    Koski, William
    william_koski@fws.gov
    Files
    Title
    Posted
    The Scope of Work for Critical Pond Electric Upgrades at Harrison Lake National Fish Hatchery outlines a project focused on electrical upgrades, specifically replacing 19 fish pond panels and a main 400-amp disconnect. The project, managed by the U.S. Fish and Wildlife Service, involves several critical tasks: installing new NEMA 3R outdoor panels, safely removing old electrical panels, grounding systems where necessary, and ensuring compliance with National Electrical Code standards. Contractors must possess a Master Electrician Class B License and submit bids by June 4, 2025, following a site visit on May 22, 2025. The work period is set from June 23 to September 22, 2025. Compliance with wage regulations per the Davis-Bacon Act is mandatory, influencing labor costs. The bid evaluation will prioritize technical qualifications and the lowest price. The document emphasizes safety, regulatory compliance, and ecological considerations, essential for sustainable improvements in the operation of the hatchery. Ultimately, this project reflects the government's commitment to enhancing infrastructure while ensuring environmental and safety standards are upheld.
    The government solicitation 140FC225Q0029 pertains to the electrical panel upgrade at Harrison Lake National Fish Hatchery. Key highlights from the site visit include confirmation that the U.S. Fish and Wildlife Service (FWS) will supply and set 19 posts for the new electrical panels. The project does not require branch circuit rewiring, and new panels will need grounding, while existing ones do not. Safety requirements specify that the two disconnect locations should be placed below ground to avoid damage from mowers or heavy equipment. The hours of operation for the work are Monday to Friday from 7 AM to 4 PM, with potential limited weekend work. This solicitation underscores the commitment to safety and operational efficiency in managing electrical infrastructure within government facilities.
    The document outlines an amendment to a solicitation identified as 140FC225Q0029, issued by the government for construction and architectural/engineering services. It specifies the procedures for acknowledgment of receipt of the amendment, which is crucial for submitting offers. The effective period for the project is noted as June 23, 2025, to September 22, 2025. The document emphasizes that failure to acknowledge the amendment properly may lead to the rejection of offers. Although it modifies a contract/order, all previous terms and conditions remain in effect unless altered by this amendment. The contractor must sign the document and return copies as part of compliance. Overall, the amendment serves to update interested parties about changes in solicitation requirements, ensuring adherence to due process in contract modifications within the federal procurement framework.
    The U.S. Fish and Wildlife Service (FWS) has issued a Request for Proposal (RFP) for the replacement and upgrade of 19 electric panels at Harrison Lake National Fish Hatchery in Virginia. The solicitation, numbered 140FC225Q0029, was published on May 15, 2025, with a site visit scheduled for May 22, 2025. Questions from potential bidders are due by May 23, and all quotes must be submitted by June 4, 2025. The performance period for the project is set from June 23 to September 22, 2025, with the contract award determined by the Best Value and Lowest Price Technically Acceptable (LPTA) criteria. Bidders must possess a valid Class B Master Electrician license in Virginia and have an up-to-date Universal Electronic ID (UEI). This project’s estimated value is under $25,000. Mandatory and optional bidding requirements are included, such as submitting sealed offers, the potential need for performance and payment bonds, and compliance with all specified terms. The outcome aims to enhance operational efficiency at the hatchery through upgraded electrical installations while supporting environmental conservation efforts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon above-ground tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank, and reconnection of supply lines for an emergency generator. This upgrade is crucial for maintaining operational efficiency and safety standards at the hatchery, which will continue operations during the project. Interested contractors should note that quotes are due by January 13, 2026, with a site visit scheduled for January 7, 2026, and all inquiries must be directed to Christa Garrigas at christagarrigas@fws.gov by January 8, 2026. The estimated construction cost is between $25,000 and $100,000, with work expected to commence on January 20, 2026, and conclude by February 20, 2026.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors to replace approximately 22 Federal Pacific electric panels at Smith Hall, U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while maintaining power to the facility, with a completion deadline set for December 31, 2026. This procurement is a Total Small Business Set-Aside, with an estimated value between $1,000,000 and $5,000,000, and includes requirements for performance and payment bonds. Interested parties must submit bids by January 6, 2026, and can contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.