NV-STILLWATER NWRC-HUNTER RD GRAVEL PROJ
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Fish and Wildlife Service (USFWS) is soliciting quotes for the NV-STILLWATER NWRC-HUNTER RD GRAVEL PROJ. This Total Small Business Set-Aside opportunity requires the delivery and placement of approximately 16,000 tons of Type 2 Class B base course aggregate for resurfacing Hunter Road at the Stillwater National Wildlife Refuge in Fallon, NV. Quotes are due February 19, 2026, at 1300 ES Local Time.
Scope of Work
The contractor will be responsible for furnishing all supervision, labor, materials, and equipment to deliver approximately 16,000 tons of Type 2 Class B base course aggregate. This aggregate will be used to resurface a 6.25-mile length of Hunter Road, creating a maximum 24-foot-wide roadway with a 6-inch lift of gravel surface. Deliveries are to be made by tailgate, belly dump, or other appropriate methods, directly onto the roadway. Final road shaping and grading will be performed by refuge staff. The aggregate must conform to specific technical specifications, including being crushed stone with angular shapes, having a plasticity index of 6 or less, and meeting requirements in Tables 200.01.02-1, 200.01.03-I, and 200.01.03-II of the SOW. The Project Manager reserves the right to refuse non-conforming deliveries.
Contract & Timeline
- Opportunity Type: Solicitation (Combined Synopsis/Solicitation)
- Contract Type: Firm Fixed Price Commercial Products Contract
- Solicitation Number: 140F0S2600004
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 212319 (Size Standard: 550 employees)
- Period of Performance: Commences upon award, to be completed within 90 days of award. Earliest performance start is March 1, 2026, and must be completed by June 30, 2026.
- Quotes Due: February 19, 2026, at 1300 ES Local Time.
- Published Date: February 13, 2026.
Submission & Evaluation
Quotes must specify the all-in price per ton, including material, delivery, fuel, placement, and all associated fees. Each delivery requires a bill of lading, verified and signed by the on-site Project Manager. Contractors can bill as service is rendered, preferably on a weekly schedule. Quotations shall be submitted in two parts: (1) non-price and (2) price. Electronic quotations may be submitted via email to Robert_Sung@fws.gov. Evaluation will be based on Technical Acceptability (including past performance) and Price. Award will be made to the responsible offeror with the lowest evaluated price that meets or exceeds acceptable technical standards; tradeoffs are not permitted. Questions must be submitted in writing to Robert Sung via email by 3 days prior to the solicitation closing at 10 AM PT.
Additional Notes
Deliveries are scheduled for Tuesday through Friday, 07:00 to 15:00, with staggered delivery times and minimum intervals of 15-30 minutes between loads. A minimum daily delivery of 580 cubic yards is required. Weekend or after-hours work may be negotiated with advance notification and approval. Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).