The project involves the installation of at least 7 miles of barbed wire boundary fencing at the Conboy Lake National Wildlife Refuge. The contractor must remove and dispose of approximately 6. 5 miles of old fencing. The new fencing must be wildlife-friendly, allowing passage for elk and other wildlife. The project is a firm fixed price contract, with a total estimated value between $100,**** and $249,****. A pre-offer site visit is scheduled for August 21, 2025 at 10:00 AM PST. The proposal due date is September 5, 2025 at 09:00 AM CST. Payment and performance bonds are required for amounts over $35,000 and $150,000 respectively, due within 10 calendar days after award. The contractor must be registered at SAM. gov as an active vendor. The contractor must provide a project schedule, site visit schedule, and safety plan. The contractor is responsible for quality control of their own work and work performed by subcontractors. The government will provide equipment and personnel for vegetation clearing. The contractor must coordinate with refuge staff for safety and operational requirements. The contractor must obtain all necessary permits and pay all permitting fees. The contractor must minimize waste and divert at least 50% of total project waste from landfills. The contractor must comply with all applicable federal, state, and local environmental laws and regulations. The contractor must familiarize local FWS staff with the improvements and train them to be proficient in overall system operation and maintenance.
The bid notice states deliverable description due date format timeline of activities, milestones, within 10 calendar days of project schedule gantt chart pdf and dependencies award stepbystep plan detailing methods, work execution plan with project schedule word or pdf equipment, sequence fence components, hardware, and material submittals prior to procurement product cut sheets pdf manufacturer specs quality control plan methodology to ensure quality 5 days before onsite work word or pdf qcp performance begins sitespecific safety job hazards, safety procedures, and prior to mobilization word or pdf plan emergency actions monthly progress work completed, issues, photos, end of every month during word or pdf reports weather delays contract cost tracking, percentage complete, monthly invoice monthly invoice and earned value final inspection summary of final walkthrough and at substantial completion word or pdf with photos.
The bid notice states payment will be made monthly for approved work performed in accordance with the contract requirements under the items listed in the schedule of items and based on the approved schedule of values.
The bid notice states award will be made on a lowest price technically acceptable lpta basis to the responsible offeror submitting the lowest priced offer that meets all technical requirements.
The bid notice states all responsible small business sources shall review all documentation and submit a quote, which shall be considered by the agency.
The bid notice states a preoffer site visit date and time will be set in the solicitation. this site visit will introduce potential offerors to the conditions of the project and acquaint them with the unique logistical challenges and requirements of the conboy lake national wildlife refuge barbed wire boundary fencing installation.
The bid notice states question deadline date: date: august 27, 2025 time: 12: 00 pm cst.
The bid notice states he anticipated performance period september 10, 2025 september 30, 2027, with performance and payment bonds due within 10 calendar days after issuance of the notice to proceed. date 07 18 2025general wage rate decision number: ****: washingtoncounty: klickitat construction type: heavythis request for proposal rfp is a total small business set aside and is conducted under the procedures of far parts 12 and 13, incorporating provisions and clauses in effect through federal acquisition circular 2024 03. the naics code is **** and the small business size standard is 19. 0m. instructions to offeror: all responsible small business sources shall review all documentation and submit a quote, which shall be considered by the agency. the contractor must show within the proposal relevant experience accordance with the evaluation factors within solicitation section l m. additional have the ability to successfully complete the project within the established state, local, and federal law, when operating on the site for replacement installation and disposal. furthermore, see instruction detail statement of work sow and attachments for additional details to create and establish technical approach. the standard award will be made as a firm fixed price ffp contract. the basis of contract will be on lowest price technical acceptable, as acceptability for this requirement below. award of the contract will be made to a responsible source pursuant to far subpart 9. 1. please submit your quote in accordance with solicitation document showing unit and total price on company letterhead or pricing form sam. gov uei code point of contact phone number and e mail address submit all sf30 amendments signed by individual with the authorization on the company behalf refer to far provision **** 1 instructions to offerors commercial items for additional submission guidance and include a copy of far provision **** 3 offeror representations and certifications commercial items with applicable sections completed. in accordance with far ****, award will be made on a lowest price technically acceptable lpta basis to the responsible offeror submitting the lowest priced offer that meets all technical requirements, as price, which is sole evaluated on the factors. bonds instructions details: a bid bond is required. contractors are reminded that any amount awarded over 35, 000 requires submission of a payment bond. any amount over 150, **** requires both payment and performance bonds. bonds are due no later than 10 calendar days after award. due to the project magnitude, both payment and performance bonds will be required. any and all questions shall be submitted via email only to the required email below no verbal questions will be accepted within this solicitation. the contractor shall include the solicitation number in the subject line of all emails submitted, and with solicitation rfi, solicitation document and quote. government contact e mail: terrence ***@***. *. * contractor timeline dates time site visit: date: august 21, 2025 time: 10: 00 am pst question deadline date: date: august 27, 2025 time: 12: 00 pm cst proposal due: date: september 5, 2025 time: 09: 00 am cstsolicitation package: **** solicitation pricing form bid schedule clauses provisions terms and conditions wage rate determination attachment 1 statement of work sow format for proposals: 1. proposals shall be 8 x 11 2. a page is defined as one face of a sheet of paper containing information3. typing shall not be less than 12 pitches times new roman ariel etc. , 1 inch border, no artistic script fonts for readability4. elaborate formats, bindings or color presentations are not desired or requiredin order to have a quote considered for award, respondent must be registered at the system for award management sam website https:www. sam. gov as an active vendor by the time an award decision is necessary. The estimated value is between $100,**** and $249,****.