54--AK-YUKON FLATS NWR-CABIN KIT
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 proposals for a 560 sq ft pre-fabricated cabin kit for the Yukon Flats National Wildlife Refuge in Fort Yukon, Alaska. This Total Small Business Set-Aside opportunity requires a durable structure designed to sleep up to 6 people, capable of withstanding harsh environments and bundled for helicopter transport. The solicitation deadline has been extended to Friday at 10:00 AM Eastern Time (likely February 14, 2026).
Scope of Work
The requirement is for a 20ft x 28ft prefabricated cedar structure to replace a deteriorated administrative cabin. Key specifications include:
- Structure: Long-lived cedar materials, steel front door for bear protection.
- Roof: Trusses for 100lb/sq ft snow loads, glued laminated beams, 2x8 rafters, R-19 batt insulation. Trim for gable, eave, and ridge is required; roof color will be decided by the customer.
- Flooring: ½ inch plywood with 2x6 joists, 3-inch rigid foam insulation. Deck will be level with the bottom of the structure (estimated 1-3 ft high).
- Walls: 2x6 studded walls for R-21 batt insulation. Exterior walls are 2x6 #2&Btr Doug Fir with 1/2" plywood and 1x8 T&G cedar siding (no exterior finish requested from vendor). Interior walls and ceiling are 1x6 T&G SPF (similar to pine or cedar). Interior wall height is 7 ft 6 in.
- Windows: Required, max 42 inches wide. One egress window for each of the two sleeping areas.
- Layout: 16x10 ft common area, 8x8 ft indoor storage, 8x8 ft kitchen (partitioned, no cabinets). Two 11x10 ft sleeping spaces separated by a wall partition. No indoor bathroom.
- Foundation: 8x8 inch rot-resistant treated beams.
- Deck: Exterior 10x20 ft deck.
- Fasteners: 8d and 16d galvanized fasteners and metal roof screws to be provided.
- Delivery: Materials must be bundled for shipment in parcels not exceeding 1900 lbs each, meeting helicopter sling load specifications. Delivery to Everts Air Cargo-Fairbanks International Airport by May 15, 2026.
Contract Details
- Contract Type: Firm-fixed-price.
- Basis of Award: Lowest price technically acceptable.
- Period of Performance: February 16, 2026, to 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).
Submission & Evaluation
- Quotes Due: Extended to Friday at 10:00 AM Eastern Time (likely February 14, 2026).
- Submission Method: E-mail to Oscar_orozco@fws.gov.
- Required Documents: Quotation on company letterhead or SF-1449, SAM.gov UEI, point of contact, phone, email, completed FAR provision 52.212-3, and subcontractor information if applicable.
- Technical Acceptability: Vendors must confirm ability to meet the May 15, 2026 delivery date and compliance with all Statement of Work specifications (weight, packaging, sling-load).
- Amendment Acknowledgment: Acknowledge Amendment 0001 with all proposal submissions.
Important Notes
This is a combined synopsis/solicitation. No separate written solicitation will be issued. Contact Oscar Orozco (oscar_orozco@fws.gov) for inquiries.