Saratoga NFH Water Treatment Rehabilitation - WY
ID: 140FC124R0001Type: Solicitation
Overview

Buyer

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

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    Presolicitation INTERIOR, DEPARTMENT OF THE US FISH AND WILDLIFE SERVICE is seeking a Total Small Business Set-Aside contractor to rehabilitate the water treatment system and replace damaged CMU blocks at the Headtank/Disinfection Building at the Saratoga National Fish Hatchery. The service is typically used to ensure the proper treatment of water and maintain the infrastructure of the fish hatchery.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Similar Opportunities
    Y--TN-DALE HOLLOW NFH-HVAC PURCH & INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the purchase and installation of an HVAC system at the Dale Hollow National Fish Hatchery in Celina, Tennessee. The project involves installing a heating and cooling system, specifically a heat pump of 10 tons or larger, in a newly constructed 4,000 square foot facility designed to maintain aquatic species at optimal temperatures. This procurement is crucial for enhancing the hatchery's operational efficiency and supporting endangered species conservation efforts. Interested small businesses must submit their proposals by November 15, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov. The estimated project budget is below $25,000, and the contract will be awarded based on a best value evaluation considering price, technical capabilities, and past performance.
    J--CA-RED BLUFF FWO-NEW IRRIGATION PUMP
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement and installation of a closed-coupled vertical turbine pump at the Red Bluff Fish and Wildlife Office in California. The primary objective is to replace an unusable pump that is critical for irrigating vegetation on the site, ensuring efficient water delivery from the adjacent Tehama-Colusa canal. This opportunity is set aside for small businesses, requiring interested vendors to have a minimum of five years of experience in the agricultural water pumping industry and to comply with specific technical standards and government regulations. Proposals must be submitted by November 15, 2024, with inquiries directed to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
    Washington Aqueduct Mechanical Construction Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking contractors for the Washington Aqueduct Mechanical Construction Services, aimed at repairing and upgrading mechanical equipment and infrastructure at a water treatment facility. The project involves a Single Award Task Order Contract (SATOC) that requires the contractor to provide management, labor, equipment, and materials for various mechanical tasks, including the renovation of systems such as pumps, motors, and HVAC equipment. This procurement is crucial for maintaining the operational integrity of water supply facilities, ensuring reliable service delivery. Interested small businesses are encouraged to reach out to Vincent Gier at vincent.j.gier@usace.army.mil or 410-962-2584, or Sharon Alexander at sharon.l.alexander@usace.army.mil or 410-962-0191 for further details.
    Design-Build Lamar Feed House Bldg Rehabilitation
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is conducting market research for a contract to design and rehabilitate the Feed House Building at the Lamar Fish Technology Center in Pennsylvania. The project aims to transform the existing building, originally constructed in 1951, into an isolation facility for wild-sourced fish eggs, particularly for Coregonine fish restoration, ensuring proper health inspections and environmental protection. Interested firms must have at least five years of relevant construction experience and are required to submit their qualifications by 1:00 PM CDT on October 24, 2024, to Jeanne Mohlis at jeannemohlis@fws.gov, with a project magnitude estimated between $1 million and $5 million.
    Rehab Storm Damaged HQVC Building
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking contractors for the rehabilitation of the storm-damaged Headquarters/Visitor Center Building at Sandy Point National Wildlife Refuge in the U.S. Virgin Islands. The project involves comprehensive repair services, including electrical and aerial communication replacements, mold evaluation, and potential remediation, necessitated by damage from Hurricane Fiona in 2022. This initiative is crucial for restoring federal facilities while ensuring compliance with safety and environmental regulations. Proposals are due via email, with a site visit scheduled for October 15, 2024, and the contract value is estimated between $500,000 and $1,000,000, with performance expected from November 18, 2024, to November 18, 2025. Interested parties can contact Christina Mann at christinamann@fws.gov or 571-547-3499 for further details.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking contractors 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 both exterior and interior walls, storm shutter restoration, deep cleaning of floor tiles, and the replacement of a propane tank storage structure, all adhering to strict safety and environmental regulations. This initiative is crucial for restoring vital infrastructure within the wildlife refuge, ensuring compliance with federal standards while promoting ecological integrity. Interested contractors should contact Tracy Gamble at tracygamble@fws.gov or call 404-679-4055, with bids due by October 22, 2024, and the project period set from September 30, 2024, to December 31, 2024, with an estimated contract value between $250,000 and $500,000.
    Y--YELL 310533 Rehabilitate and Improve Old Faithful
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation and improvement of the Old Faithful Water Treatment System at Yellowstone National Park (Solicitation No. 140P2024R0050). The project aims to construct a new water treatment facility, including the installation of advanced piping and control systems, while ensuring compliance with environmental protections and safety regulations. This initiative is crucial for maintaining essential infrastructure within the park, which supports both visitor services and environmental conservation efforts. Interested contractors must submit their proposals by November 12, 2024, at 2:00 PM MT, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Repair of Sodium Hypochlorite Storage Tanks
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified small businesses to provide relining and repair services for twelve Sodium Hypochlorite storage tanks at the Dalecarlia and McMillan Water Treatment Plants, part of the Washington Aqueduct. The project involves extensive work on the tanks, including grinding off existing materials and applying new fiberglass linings to ensure structural integrity and chemical resistance. This contract is significant for small businesses, with an official Request for Proposal (RFP) anticipated to be released around October 7, 2024, and a projected performance period of 240 days. Interested parties can reach out to Clark Miller at clark.b.miller@usace.army.mil or Vincent Gier at vincent.j.gier@usace.army.mil for further information.
    WY-SEEDSKADEE NWR-five-year BPA for portable restr
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for the rental and servicing of portable restrooms at Seedskadee National Wildlife Refuge in Wyoming. The selected contractor will be responsible for delivering, maintaining, and removing various types of portable restroom units, including ADA accessible options, across designated locations within the refuge. This procurement is vital for ensuring that visitors have access to necessary sanitation facilities, thereby supporting the refuge's operational needs and enhancing visitor experience. Interested vendors should submit their proposals electronically, ensuring compliance with federal regulations, and may contact Renee Babineau at reneebabineau@fws.gov or 404-679-7349 for further information.
    Z--ORPI 240841 Replace Primary Water System for Maint
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the primary water system at the Organ Pipe Cactus National Monument in Ajo, Arizona. The project involves significant upgrades to the existing water distribution systems, which currently utilize outdated asbestos-cement piping, including the installation of a 100,000-gallon potable water tank and associated infrastructure improvements. This initiative is critical for ensuring a reliable water supply for maintenance and residential areas within the park, enhancing both operational efficiency and visitor experience. Interested small businesses must submit their proposals by the specified deadlines, with a project value exceeding $10 million and a completion timeline of 390 calendar days post-award. For further inquiries, potential bidders can contact Joy Ewalt at JoyEwalt@nps.gov or call 720-400-3897.