This is a Sources Sought Notice for the purposes of conducting market research and obtaining industry information ONLY. This is NOT a request for proposal, quotation, or bid, nor a synopsis of a proposed action under FAR Subpart 5.2. No reimbursement will be made for any costs associated for providing information in response to this synopsis or on any follow up information. No solicitation is currently available. The U.S. Fish & Wildlife Service (USFWS) will use information obtained through this synopsis as well as other market research to develop an acquisition strategy.
Summary:
The USFWS is anticipating the solicitation and award of one mixed type contract composed of Time & Materials and Firm-Fixed Price to provide construction services for the next section of the Midway Atoll seawall repaid at the Midway Atoll National Wildlife Refuge. The work under this contract is expected to include but is not limited to the following:
The purpose of this is to provide skilled heavy equipment labor and specialized heavy equipment mechanic support to complete the installation of a seawall repair/replacement at Midway NWR. The USFWS has procured riprap and Geotech materials to facilitate the repair. The USFWS requires skilled operators to utilize on-island equipment and materials to complete the repair in accordance with the provided design. The USFWS also requires a skilled mechanic to maintain the equipment during the construction project.
Midway Atoll is approximately 160 mi east of the International Date Line, about 3,200 mi west of San Francisco, and 2,500 mi east of Tokyo.
The primary NAICS code for this acquisition will be 237990 Seawall, Wave Protections, Construction and the size standard is $45 Million.
Response Requirements:
All Small & Large Business Sources are encouraged to respond and should include the following information in their capabilities statement response:
(a) Business name, address, cage code, and point of contact information.
(b) Unique Entity ID for SAM.gov
(c) Business Size and Type: 8(a), HUBZone, Women-owned, Service-Disabled Veteran-Owned, Indian Small Business Economic Enterprise, Small Business, Large Business, etc.
(d) Document capability by providing a narrative response detailing a minimum of two (2) and a maximum of (5) projects similar to those in the attached statement of work. Project information shall include final price, location, date, and a narrative description.
(e) Include a statement detailing capacity to accomplish work required by the Service.
(f) Responses shall be emailed to Tariq Malveaux (Tairq_Malveaux@fws.gov) no later than 07/28/2025 at 10:00 AM Central Time.