54--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 13, 2026, 3:00 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 cabin kit structure for the Yukon Flats National Wildlife Refuge (NWR) in Fort Yukon, Alaska. This requirement is a Total Small Business Set-Aside and seeks to provide a safe shelter capable of sleeping up to six people. Proposals are due by Friday, February 13, 2026, at 10:00 AM Eastern Time.

Scope of Work

The requirement is for a 560 sq ft (20ft x 28ft) prefabricated cedar structure designed for harsh environments. Key specifications and clarifications include:

  • Structure: Must be constructed of long-lived cedar materials, featuring a steel front door for bear protection.
  • Roof System: Includes trusses, rafters, and beams designed for heavy snow loads (100lb/sq ft), with R-19 batt roof insulation. Roof trim is required for gable, eave, and ridge; color will be decided by the customer.
  • Walls: Exterior walls are 2x6 #2&Btr Doug Fir with 1/2" plywood and 1x8 T&G cedar siding. Interior walls and ceiling are 1x6 T&G SPF (similar to pine or cedar). Walls are studded for R-21 batt wall insulation. Interior wall height is 7 ft 6 in.
  • Flooring: 1/2 inch plywood flooring with 2x6 joists and 3-inch rigid foam floor insulation.
  • Windows: Required, with a maximum width of 42 inches for all windows. One egress window is needed for each of the two sleeping areas.
  • Layout: Includes a 16x10 ft common area, 8x8 ft indoor storage, and a partitioned 8x8 ft kitchen space (without cabinets). A wall partition separates two 11x10 ft sleeping spaces from the common area. No indoor bathroom is required.
  • Deck: An exterior 10x20 ft deck is required, with the deck level with the bottom of the structure (estimated 1-3 ft).
  • Foundation: To be constructed from 8x8 inch rot-resistant treated beams.
  • Packaging & Delivery: Materials must be bundled for shipment in parcels not exceeding 1900 lbs each and meet helicopter sling load specifications. Fasteners (8d and 16d galvanized, metal roof screws) must be provided. Delivery is required by May 15, 2026, to Everts Air Cargo-Fairbanks International Airport, Fairbanks, AK.

Contract & Timeline

  • Contract Type: Firm-fixed-price.
  • Period of Performance: February 16, 2026, to May 15, 2026.
  • Delivery Date: May 15, 2026.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 321992 (Small Business Size Standard: 500 Employees).
  • PSC Code: 5410 - Prefabricated And Portable Buildings.
  • Proposal Due: Friday, February 13, 2026, at 10:00 AM Eastern Time.
  • Published: February 10, 2026 (Amendment 0001).

Submission & Evaluation

  • Submission Method: E-mail proposals to Oscar_orozco@fws.gov.
  • Evaluation: Award will be based on the Lowest Price Technically Acceptable offer.
  • Technical Acceptability: Vendors must confirm their ability to meet the May 15, 2026 delivery date and comply with all Statement of Work (SOW) specifications (including weight, packaging, and sling-load requirements).
  • Required Documents: Quotations on company letterhead or SF-1449, including SAM.gov UEI code, point of contact, phone, email, and a completed copy of FAR provision 52.212-3. Acknowledge Amendment 0001.
  • Subcontractors: If applicable, provide company name, supervisor, contact info, email, and phone number.
  • Eligibility: Offerors must be registered in the System for Award Management (SAM.gov).

Additional Notes

This announcement constitutes the only solicitation. Everts Air Cargo offers two weeks of complimentary ramp storage. Contact Keith Silver at Everts (907-249-4361) for consolidation numbers.

People

Points of Contact

Orozco, OscarPRIMARY

Files

Files

Download

Versions

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