Wichita Mtn. NWR Site Inspection AML
ID: 140F1B24Q0042Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS CONSTRUCTION & A/E - BIL/DISASTERFalls Church, VA, 22041, USA

NAICS

Environmental Consulting Services (541620)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct site inspections of abandoned mine land at the Wichita Mountains National Wildlife Refuge in Oklahoma. The primary objective of this procurement is to assess potential hazardous substance releases at ten identified sites, ensuring compliance with federal environmental guidelines and determining risks to human health and the environment. This initiative is crucial for addressing contamination issues stemming from historical mining operations, thereby safeguarding ecological integrity and public health within protected areas. Quotations are due by October 11, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adam_graham@fws.gov or call 762-325-0609.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Offeror Representations and Certifications for federal contracts involving commercial products and services. It details the requirements for Offerors to complete annual certifications through the System for Award Management (SAM), emphasizing specific classifications such as small businesses, economically disadvantaged women-owned businesses, and service-disabled veteran-owned small businesses. Definitions for key terms like "manufactured end product," "place of manufacture," and various categories of small businesses are provided to ensure clarity on eligibility criteria. The document includes numerous representations that the Offeror must certify, covering areas like compliance with tax responsibilities, restrictions on operations in Sudan, and prohibitions against contracting with certain entities related to Iran. It also specifies requirements surrounding labor standards, buying domestic products, and ensuring no child labor is employed in production. The purpose is to ensure compliance and integrity in the award process for federal contracts while categorizing Offerors according to varying business types and operational restrictions. This framework promotes transparency and accountability within government contracting for the federal, state, and local levels.
    The U.S. Fish and Wildlife Service (USFWS) has issued a Statement of Work for conducting site inspections (SIs) of abandoned mine locations within the Wichita Mountains National Wildlife Refuge in Indiahoma, Oklahoma. The contractor must assess these areas for potential hazardous substance releases, adhering to federal environmental guidelines, specifically targeting ten identified sites. The inspection aims to determine if contaminants pose risks to human health or the environment, and to collect samples for laboratory analysis. Key tasks include project management meetings, site visits for documenting conditions and sampling, a comprehensive site inspection involving analytical testing of collected samples, and preparation of a final report outlining findings and recommendations for further actions. The project period spans fourteen months, with strict deadlines for milestones and deliverables, including a draft report and responses to USFWS feedback. Contractors are required to provide all necessary resources and have specific qualifications in hazardous waste management. This initiative demonstrates the government’s commitment to environmental safety and the thorough assessment of potentially hazardous sites within protected areas.
    The USFWS Preliminary Assessment Report evaluates two Abandoned Mine Land (AML) sites, the Bonanza/Copper Eagle Mine and the Blue Beaver Creek Smelter, located in the Wichita Mountains National Wildlife Refuge (NWR) in Oklahoma. Prepared by Professional Environmental Engineers, Inc., the report aims to determine potential threats to human health and the environment due to historical mining operations. Utilizing historical data, site reconnaissance, and environmental models, the assessment identifies contaminants, particularly heavy metals like mercury, within the sites' waste materials. The presence of complete exposure pathways for soil, sediment, air, and surface water indicates that further investigations are needed. Recommendations for additional site characterization include collecting samples from affected areas and nearby bodies of water to assess potential contamination levels. The findings emphasize the need for proper remediation actions to prevent ecological and human health risks stemming from historical mining practices within the Refuge.
    The document relates to the federal and state/local Requests for Proposals (RFPs) and grants aimed at securing funding and partnerships for governmental initiatives. Its primary focus is on highlighting opportunities for organizations to provide services or products that align with public sector needs. Key topics include eligibility requirements for applicants, specific objectives of various programs, and the nature of partnership arrangements sought by government entities. Notable details addressed include types of projects funded, evaluation criteria for proposals, implementation expectations, and compliance with federal regulations. Each section outlines how applicants can align their offerings to meet outlined requirements, thereby enhancing their chances of selection. The document emphasizes the importance of well-documented proposals and adherence to prescribed formats to ensure clarity and facilitate decision-making by government evaluators. Overall, the purpose of the document is to guide prospective applicants through the proposal process, provide pertinent information about funding opportunities, and encourage participation in government-funded projects that can enhance public services and infrastructure.
    This document outlines a Request for Proposal (RFP) for a project that encompasses four specific tasks related to project management and site inspections. It lists the tasks as follows: Task 1 involves project management, Task 2 requires site visit(s), Task 3 covers site inspection, and Task 4 focuses on compiling a site inspection report. Each task is priced as a separate line item, with the total cost remaining unspecified. Notably, the RFP notes that, despite line-item pricing being requested for evaluation purposes, the award may consolidate these items into a single contract line at the time of award. This approach facilitates price analysis, especially in instances of contract modifications necessitating additional funding. Overall, the document serves as a formal solicitation for services related to project oversight and inspection, which is common in federal and state procurement activities.
    The U.S. Fish and Wildlife Service has issued Request for Quotation RFQ# 140F1B24Q0042 for a contractor to perform an inspection of abandoned mine land at the Wichita Mountains National Wildlife Refuge. This project is set as a total small business set-aside, with an NAICS code of 541620 for Environmental Consulting Services. The anticipated period of performance extends approximately 427 days post-award, covering project management, site visits, inspections, and reporting. Quotations are due by 11 October 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). Additional requirements include adherence to FAR provisions related to commercial products and services, timely submission of inquiries via email, and compliance with the stipulated Federal Acquisition Regulation clauses. The document outlines the bidding process, itemized tasks, and the importance of certifications and representations for potential offerors, ensuring transparency and regulation adherence within the procurement process. Overall, this RFQ emphasizes the agency's commitment to effective environmental compliance and involves significant contracting opportunities for small businesses within the environmental consulting sector.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    WA-WILLAPA NWR-AERIAL HERBICIDE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from small businesses for an aerial herbicide application project aimed at controlling invasive plant species at Leadbetter Point within the Willapa National Wildlife Refuge in Washington. The project involves treating approximately 130 acres of land dominated by non-native plants, specifically Scotch broom, gorse, and Ammophila beachgrass, as part of a broader habitat restoration initiative to support native species such as the streaked horned lark and snowy plover. Contractors will be responsible for providing the necessary equipment and labor for herbicide application, while the USFWS will supply the herbicides and oversee project coordination. Quotations are due by September 23, 2024, and interested parties must be registered as active vendors in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    S--AK-SELAWIK NWR-SNOW REMOVAL SERVICE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking quotations for snow removal services at the Selawik National Wildlife Refuge in Kotzebue, Alaska. The contract will cover a base year with the option for four additional years, focusing on ensuring safe access to facilities by timely snow clearing during designated snowfall periods from October 2024 to May 2025. This service is crucial for maintaining operational continuity and safety at government facilities, emphasizing the use of eco-friendly de-icing materials and adherence to federal labor standards. Interested vendors must submit their quotes by September 19, 2024, and ensure they are registered in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    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.
    WA-MID-COLUMBIA RIV NWR-FLOWERING RUSH D
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the survey and removal of invasive flowering rush on 10 acres at the Columbia River National Wildlife Refuge, with the potential for additional acreage depending on funding. The objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by employing a contractor to provide all necessary labor, materials, and compliance with safety regulations, culminating in a final report on the effectiveness of the removal efforts. Quotes for this total small business set-aside opportunity are due by September 19, 2024, with the performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit a complete quote, including representations and certifications, to be considered for this project.
    Trail, Boardwalk and Bridge Repairs at Quivira NWR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting proposals for the rehabilitation of trails, boardwalks, and bridges at the Quivira National Wildlife Refuge in Stafford, Kansas. The project aims to enhance public access and ecological integrity by repairing and replacing existing infrastructure, with a focus on compliance with ADA standards and environmental protection guidelines. This initiative reflects the federal commitment to improving recreational facilities within wildlife reserves, with an estimated contract value between $500,000 and $1,000,000 and a completion timeline of 180 days post-award. Interested contractors must submit proposals via email by September 20, 2024, following a mandatory site visit on September 3, 2024; for further inquiries, contact Justine Coleman at justinepasiecnik@fws.gov or 413-253-8287.
    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.
    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.
    P--AK-YUKON FLATS NWR-DEMOLISH BIA SCHOOL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide demolition services for the Bureau of Indian Affairs (BIA) school located at the Yukon Flats National Wildlife Refuge in Beaver, Alaska. The project requires contractors to execute a comprehensive demolition plan, including the removal of structures and compliance with environmental regulations, particularly concerning asbestos disposal and soil contamination assessments. This initiative is crucial for the restoration and management of the wildlife refuge, ensuring that the area is safe and environmentally sound for future use. Interested contractors must submit their quotes by 2:00 PM ADT on September 20, 2024, and are required to be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Anthony Kuntz at anthonykuntz@fws.gov or (571)-547-3403.