AK-YUKON FLATS NWR-CABIN KIT

SOL #: 140FS126Q0022Combined Synopsis/Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 1
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Prefabricated Wood Building Manufacturing (321992)

PSC

Prefabricated And Portable Buildings (5410)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 5, 2026
2
Last Updated
Feb 24, 2026
3
Submission Deadline
Feb 11, 2026, 4:00 PM

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), under the Department of the Interior, is soliciting proposals for a pre-fabricated 560 sq ft cedar cabin kit for the Yukon Flats National Wildlife Refuge in Fort Yukon, Alaska. This Total Small Business Set-Aside opportunity aims to procure a structure to replace a deteriorated administrative cabin, providing safe shelter for up to six people. Quotes are due by February 11, 2026.

Scope of Work

This requirement is for a 560 sq ft (20ft x 28ft) prefabricated cedar cabin kit. The structure must be constructed from long-lived cedar materials, resistant to harsh environments, and designed to withstand heavy snow loads (100lb/sq ft). Key features include a steel front door for bear protection, R-19 batt roof insulation, R-21 batt wall insulation, 3-inch rigid foam floor insulation, and an exterior 10x20 ft deck. The interior layout specifies a 16x10 ft common area, 8x8 ft indoor storage, an 8x8 ft kitchen, and a wall partition separating two 11x10 ft sleeping spaces. No indoor bathroom is required. The foundation will be constructed from 8x8 inch rot-resistant treated beams. Materials must be bundled into parcels not exceeding 1900 lbs each and meet helicopter sling load specifications. Delivery is required by May 15, 2026, to Everts Air Cargo-Fairbanks International Airport.

Contract Details

  • Contract Type: Firm-fixed-price.
  • Period of Performance: February 16, 2026, to May 15, 2026.
  • Set-Aside: Total Small Business.
  • NAICS Code: 321992 (Small Business Size Standard: 500 Employees).
  • PSC Code: 5410 (Prefabricated And Portable Buildings).

Submission & Evaluation

  • Quotes are due: February 11, 2026, by 11:00 AM Eastern Time.
  • Submission Method: E-mail to Oscar_orozco@fws.gov.
  • Required Documents: Quotation on company letterhead or SF-1449, SAM.gov UEI code, point of contact information, and a completed FAR provision 52.212-3. Offerors must also provide subcontractor information if applicable.
  • Basis of Award: Lowest Price Technically Acceptable (LPTA).
  • Technical Acceptability: Vendors must confirm their ability to meet the May 15, 2026 delivery date and full compliance with all Statement of Work specifications, including weight, packaging, and sling-load requirements.
  • Offerors must be registered in the System for Award Management (SAM.gov).

Additional Notes

This announcement constitutes the only solicitation; no separate written solicitation will be issued. Everts Air Cargo offers two weeks of complimentary ramp storage at the delivery destination in Fairbanks, AK.

People

Points of Contact

Orozco, OscarPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Award Notice
Posted: Feb 24, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 10, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
54--AK-YUKON FLATS NWR-CABIN KIT | GovScope