SOURCES SOUGHT NOTICE
General Information
Document Type: Sources Sought Notice
Title: Design/Construct Nevada Fire Zone Fire Complex
Sources Sought Post Date: March 10, 2025
Sources Sought Response Date: Monday, March 24, 2025, 10:00 am ET
NAICS Code: 236220 - Commercial and Institutional Building Construction
Standard Industrial Code: 1542 - General Contractors - Nonresidential Buildings, Other than Industrial Buildings and Warehouses
Sources Sought Notice
This source sought announcement is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. It is not to be construed as an obligation on the part of U.S. Fish and Wildlife Service (FWS). In order to proactively plan for future requirements, FWS is conducting market research to locate qualified, experienced, and interested firm who has the capability to identify qualified and experienced Design/Build contractors for the construction of a bunkhouse facility. The selected contractor will provide all services necessary, including architectural design, engineering, construction, and all associated work required for the successful completion of the project.
This notice is a market survey being conducted solely to determine whether there are adequate Small Business contractors for the following proposed procurement. NO LARGE businesses need to respond to this notice.
A contract is anticipated to be awarded by end of September 2025. The anticipated contract type shall be single award firm fixed price.
Disclaimer: This notice does not constitute a formal solicitation or an obligation on the part of Fish and Wildlife Service. It is solely intended to gather information about the availability and capabilities of interested contractors. Respondents will not be compensated for their responses. This Sources Sought Notice is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the final acquisition strategy. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.
The Due Date to submit a response to this Notice is Thursday, March 24, 2025, 10:00 AM ET. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is NAICS: 236220 - Commercial and Institutional Building Construction.
Background and Need
The U.S. Fish and Wildlife Service (USFWS) is seeking services to design and construct a new Fire Cache and Bunkhouse at the Corn Creek Field Station in Nevada for the Desert National Wildlife Refuge Complex. All services must be provided by licensed professionals registered in Nevada. The Desert NWR, covering six mountain ranges and seven life zones, supports wildlife management and fire prevention efforts in Southern Nevada. The Nevada Fire Zone, responsible for wildfire suppression, vegetation control, and prescribed burns, urgently requires dedicated fire facilities for effective operation. Currently decentralized, the new facilities will centralize all Nevada Fire Zone operations at the Corn Creek area.
GENERAL REQUIREMENTS FOR THE SITE WORK FOR THE NEVADA FIRE ZONE FIRE COMPLEX
1.1. The Contractor must connect the new buildings to the existing utilities. These utilities include electrical connection points and water supply from the refuges well supply. Natural gas is not available, and the use of propane in the facility is not allowed.
1.2. The Contractor is responsible for verifying all utility connection points and coordinating with service providers to complete all required connections.
1.3. The Contractor must obtain all required utility connection permits.
1.4. The Contractor shall be responsible for locating and making all utility connections to the structure(s). Install all utilities underground to the buildings per applicable federal, state, and county building codes.
1.5. The Contractor must complete all required site development work to support the new facilities. Building sites must be leveled, and soil must be compacted to 95% or better for the residence foundation. Site work must include sloping all soil away from the new buildings (min of 3') to allow for positive drainage. The Contractor must provide adequate drainage across project site as required so that no water shall pool within 3¿ of the structure. The Contractor may also be required to provide additional fill or additional drainage as necessary.
1.6. Septic System: design, permit and construct a septic system to support the new fire cache and the 10-bedroom bunkhouse (note: this is a separate item on the bid schedule).
1.7. Drive aisles and parking areas shall be crushed and compacted gravel.
1.8. Design and construct a concrete pad for the trash/recycling dumpster.
1.9. Construct or install building and complete all utility connections.
1.10. Refer to attached drawings for additional information.
1.11. Project must follow the current applicable codes, all structure design to be signed and stamped by a structural engineer licensed in the State of Nevada:
- Live load, wind and seismic as applicable to Corn Creek, NV.
- International Building Code (IBC)
- International Residential Code (IRC)
- International Plumbing Code (IPC)
- National Electric Code (NEC)
- National Fire Protection Code (NFPA)
- International Energy Conservation Code (IECC)
Scope of Work: See Attachment - DRAFT Statement of Work
Response Information:
In order to respond to this notice, contractors must be able to indicate experience and/or the ability to provide all of the tab(s) below. Give enough some elements so your response clearly indicates knowledge and experience with Draft Statement of Work (SOW) requirements, including:
Submission Requirements: Interested parties are invited to submit the following information by March 24, 2025:
Tab 1 - Company name, address, and contact information.
Tab 2 - A brief description of the company's capabilities and experience.
Tab 3 - A list of similar projects completed, including references.
Tab 4 - Proof of relevant licenses, certifications, and qualifications.
Business Information --
a. DUNS/EIN
b. Company Name
c. Company Address
d. 236220 - Commercial and Institutional Building Construction
e. Type of Company as validated via the System for Award Management (SAM). All offerors must register in SAMs located at https://www.sam.gov/portal/public/SAM/
g. Company Point of Contact, Phone and Email address
All interested Small Business contractors should submit their capability statements and narratives no longer than eight (10) pages. Responses should be submitted electronically via e-mail to Terrence Anderson at terrence_anderson@fws.gov on or before Monday, March 24, 2025, 10:00 AM ET.
Questions shall be directed to Contracting Specialist, Terrence Anderson at terrence_anderson@fws.gov.
No proprietary, classified, confidential, or sensitive information should be included in the response. The Government reserves the right to use any technical information in any resultant solicitation(s) or technical approaches where that information is not appropriately marked proprietary, confidential or sensitive.