B--USFWS - KOFA National Wildlife Refuge, Yuma, AZ
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jan 22, 2025 05:56 pm EST
- Original Response Date: Feb 12, 2025 04:00 pm EST
- Inactive Policy: Manual
- Original Inactive Date: Feb 14, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: B510 - SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS
- NAICS Code:
- 541620 - Environmental Consulting Services
- Place of Performance:
Description
Summary:
The USFWS is anticipating the solicitation and award of one firm fixed price contract. The contractor will provide professional consulting and engineering services to develop a complete Removal Action design that will address releases of hazardous substances to the environment at five abandoned mine sites at the Kofa National Wildlife Refuge (NWR), Yuma, Arizona.
See the attached statement of work for summary of history, deliverables, and scope of the project.
The primary NAICS code for this acquisition will be 541620 Environmental Consulting Services. The corresponding size standard is $19 Million. The Product Service Code (PSC) for this acquisition will be B510 –Special Studies/Analysis_Environmental Assessment.
Response Requirements:
All small business categories are invited to respond. Responses must include the following:
• Unique Entity Identifier (UEI) number and business type (i.e. ISBEE, Large Business, Small Business, (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business(SDVOSB), Historically Underutilized Business Zone (HUBZone), 8(a) Program or other).
• Document capability by providing a narrative response detailing a minimum of two (2) and a maximum of (5) projects similar to those detailed above. Project information shall include final price, location, date, and a narrative description.
• Include a statement detailing capacity to accomplish work required by the Service.
• The SOLICITATION will be available electronically only and will be posted to https://www.SAM.gov website on or about March 1, 2025.
Responses shall be emailed to Thomas Ikner, thomas_ikner@fws.gov, no later than 2/12/2025 at 3:00 PM Eastern Time.
Attachments/Links
Contact Information
Contracting Office Address
- FWS, SAT Team 1 5275 Leesburg Pike
- Falls Church , VA 22041
- USA
Primary Point of Contact
- Ikner, Thomas
- thomas_ikner@fws.gov
- Phone Number 0000000000
Secondary Point of Contact
History
- Feb 15, 2025 12:04 am ESTSources Sought (Original)