Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 7 PM
Combined Synopsis/Solicitation
Falls church Virginia

Bridge Construction - San Luis NWR, Vermont

Details

Solicitation ID 140FC325R0015
Posted Date 26 Jun 2025 at 7 PM
Response Date 04 Aug 2025 at 4 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fws Construction & A/e - Bil/disaster
Agency Department Of Interior The
Location Falls church Virginia United states 22041

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Leidos Incorporated

Edgewood Newton Albuquerque Lexington park Vista Mashpee Oakland Waldorf Melbourne El segundo Schofield barracks Buffalo Abingdon Harrisburg Clearfield Sacramento Piscataway Lynnwood Honolulu North charleston Littleton Dayton Fort drum Greenbelt Champaign Pearl city Bellevue Aurora Chambersburg Waco Columbus Mc lean San antonio Sierra vista Albany Frederick Seal beach Arlington Alexandria La plata Aberdeen proving ground Hampton Sumter Beavercreek Atlanta Santa barbara Herndon Long beach Lorton Manassas Mclean Earth city New london Bridgewater Dublin Denver Fort bragg Saint louis Saint petersburg Bloomfield Chantilly Orlando Southbridge Oak ridge Crane Idaho falls Pittsburgh California Marlton Jupiter Bowie Fort irwin Lexington Colorado sprin Waimea King of prussia Houston Wakefield Boise Bethesda Camp arifjan Germantown Greenwood village Aiken Red bank Shalimar Washington Tucson Ann arbor Milford Ogden Twentynine palms Sterling Huntsville Gaithersburg Boyers Vienna Falls church Chesapeake Rockville Saint marys Minneapolis Warner robins Joppa Hanover Louisville Virginia beach Fayetteville Poulsbo Indian head Fountain valley Oklahoma city Charlottesville San diego Newport news Colorado springs Reston Richland King of prussi Billerica Fairfax Middletown Indianapolis Bagram air field O fallon Monterey Bothell Annapolis Newport Morgantown Columbia

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Sign up to access Documents

Signup now
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued.

U.S. Fish and Wildlife Service, Silvio O. Conte National Wildlife Refuge has a construction requirement to construct a durable, safe, and structurally sound bridge that meets all regulatory standards and fulfills the following goals. The structural integrity and safety shall ensure the bridge is built to support the expected load capacities, including passenger vehicle, tractor trailer and pedestrian traffic.

The bridge shall adhere to applicable safety standards and codes to mitigate risks during construction and throughout the operational life of the bridge. The functionality and accessibility must provide a seamless connection between the specified locations to enhance transportation efficiency and administrative access.

This ensures compliance with accessibility requirements to accommodate all users, including individuals with disabilities. The sustainability and environmental considerations shall minimize environmental impact through the use of sustainable materials and construction practices. Implement measures to protect nearby ecosystems and waterways during construction and operation.

The compliance and quality assurance shall follow all local, state, and federal regulations governing construction activities.

The construction magnitude is estimated between $500,000.00 to $1,500,000.00. 100% performance bonds and payment bonds will be required

The office is located:

USFWS - Silvio O. Conte National Wildlife Refuge (NWR)
Four Mile Road- North Branch Bridge
Lewis VT 05846

Performance Period and Completion:

The contractor shall complete all work within 260 calendar days from issuance of the Notice to Proceed (NTP). The period of performance may be extended only through a bilateral contract modification, subject to Government approval.

Wage Rates:
General Wage Rate Decision Number: VT20250066
Construction Type: Heavy
Date: (02/28/2025)
State: Vermont
County: Addison, Caledonia, Essex, Lamoille, Orange, Orleans, Washington

This acquisition is subject to the Davis-Bacon Act. Applicable wage determination(s) are provided in Section J, Attachment 3. Contractors must comply with minimum wage and labor standards set forth therein.

This 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 2025-06. The NAICS code is 237310 and the small business size standard is $45.0m.

Instructions to offeror:
All responsible small business sources shall review all documentation and submit a proposal, which shall be considered by the agency. The contractor shall demonstrate within the proposal relevant experience to successfully complete as followed; all state and local law; provides appropriate licensed and certified within the state of Vermont. Offerors shall submit a technical proposal detailing their approach to construction, including schedule, labor resources, Subcontracting Plan, and compliance with applicable building codes and safety standards. Refer to (Section M) for format, content, and page limits.

Furthermore, see statement of work and attachments for additional details to create Volume (I & II) technical approach and pricing to the standard Award that will be made as a firm-fixed-price contract. The basis of contract will be on technical approach and Price, 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 proposal with solicitation document (showing unit and total price) on company letterhead; Pricing Form; SAM.gov UEI code; point of contact phone number and e- mail address. Refer to FAR provision 52.212-1 Instructions to Offerors ¿ Commercial Items for additional submission guidance and include a copy of FAR provision 52.212-3 Offeror Representations and Certifications -- Commercial Items with applicable sections completed.

Bonds:
A bid bond is required. Contractors shall provide evidence of appropriate construction licensing and bonding in accordance with FAR 28.102-1 and FAR 52.228-15, Performance and Payment Bonds¿Construction. All required bonds must be submitted no later than 10 calendar days after award. Failure to provide required bonds may result in contract termination for default.

Site Visit Acknowledgement
Offerors are strongly encouraged to attend the scheduled site visit to gain a comprehensive understanding of the project location and site conditions.

The site visit for prospective bidders is scheduled for July 9th at 12:00 PM; all attendees must arrive at the Refuge office (10 minutes before or no later than 12:00 PM) to meet with the Refuge representative and depart together for the site, located approximately 30 minutes away. This group coordination ensures that all bidders receive consistent information and responses to questions at the same time.

Information regarding the date, time, and access instructions for the site visit is provided in Section L. Any questions arising from the site visit shall be submitted in writing per the instructions in Section L.5.

Any and all questions shall be submitted via email only; no verbal questions will be accepted. Please be sure to include the solicitation number in your proposal and in the subject line of any email submitted.
E-Mail Submission for Questions & Proposals: [email protected]

Site Visit: 12:00 PM ¿ 1:00 PM ED - Wednesday, July 9, 2025
Question Deadline Date: 12:00 PM ED ¿ Wednesday, July 16, 2025
Proposal Due: 12:00 pm ED ¿ Friday, August 4, 2025

Solicitation Package:
SF1442 - Solicitation
Pricing Form
Clauses & Provisions (Terms and Conditions) Wage Rate Determination
Statement of Work (SOW)
Two (2) Attachments

In 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.

Similar Opportunities

Sparta Wisconsin 09 Jul 2025 at 3 PM
Sparta Wisconsin 09 Jul 2025 at 3 PM
Sparta Wisconsin 24 Jul 2025 at 3 PM
Sparta Wisconsin 24 Jul 2025 at 3 PM

Similar Awards

Falls church Virginia Not Specified
Falls church Virginia Not Specified
Falls church Virginia Not Specified
Falls church Virginia Not Specified
Falls church Virginia Not Specified