D-B North Fume Replacement, Sacramento NWR

SOL #: 140FGA26R0001Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, GAOA
Falls Church, VA, 22041, United States

Place of Performance

Willows, CA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Other Architect And Engineering Services (C219)

Set Aside

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

Timeline

1
Posted
Dec 19, 2025
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Mar 13, 2026, 5:00 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, has issued a Solicitation for a Design-Build (D-B) Construction contract for the North Flume Replacement project at the Sacramento National Wildlife Refuge (NWR) in Willows, California. This project, estimated between $500,000 and $1,000,000, is a Total Small Business Set-Aside. Proposals are due by March 13, 2026, at 10:00 AM PST.

Scope of Work

This Design-Build effort requires comprehensive services including:

  • Design & Permitting: Site investigation, A-E scoping, data collection, field reports, technical memoranda, and design development (35%, 65%, 100% construction documents). The contractor is responsible for environmental permitting assistance and submittal. The A-E must be a California-licensed Professional Engineer.
  • Construction: Demolition and removal of the existing flume infrastructure, followed by the design and installation of a new fire-resistant, corrugated metal pipe (CMP) flume. The new flume must meet or exceed existing conveyance capacity and have a minimum 50-year service life.
  • Ancillary Structures: Design and installation of two OSHA-compliant, slip-resistant walkways with removable handrails over the spillway connection, and stoplog slots with replacement wood stoplogs.
  • Site Restoration: Installation of erosion and sediment control measures, vegetation, and stabilization of disturbed areas.
  • Turnkey Project: The project requires a 100% contractor turnkey installation, ensuring a fully functional and operational flume.

Contract Details

  • Contract Type: Firm Fixed-Price Construction.
  • Estimated Magnitude: $500,000 to $1,000,000.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 237990 (Other Heavy and Civil Engineering Construction).
  • Small Business Size Standard: $45.0 Million.
  • Period of Performance: 540 calendar days from Notice to Proceed (NTP). This includes a design and permitting phase (within 6 months from NTP) and a construction/build phase (within 12 months from design acceptance).

Submission & Evaluation

This is a two-phase Design-Build Selection Process:

  • Phase 1 (Non-Cost): Proposals will be evaluated on Recent Relevant Experience and Technical Approach. A maximum of three offerors will be selected to proceed to Phase 2.
  • Phase 2: Selected offerors will submit proposals including Key Personnel, Price, Representations, Certifications, and a Bid Guarantee.
  • Award Basis: Best-value, tradeoff basis.
  • Proposal Submission Deadline: March 13, 2026, 10:00 AM PST.
  • Questions Deadline: March 5, 2026, 10:00 AM PST.
  • Submission Method: Electronically via email to shanen_fox@fws.gov.

Special Requirements & Notes

  • Site Visit: A site visit is scheduled for March 3, 2026, at 10:00 AM PST. RSVP is required.
  • Environmental Considerations: Strict protocols for Giant Garter Snakes (GGS) are in place, including preconstruction surveys and specific excavation timing (May 1 - October 31).
  • Wage Rates: Bidders must adhere to prevailing wage rates for California construction trades as detailed in Attachment 4.
  • Reference Documents: Exhibit 1 (Canal Master Plan Technical Report) and Exhibit 2 (Flume Drawing) provide critical technical context, though Exhibit 2 is for reference only and requires field verification.

People

Points of Contact

Fox, ShanenPRIMARY

Files

Files

Download
Download

Versions

Version 5
Solicitation
Posted: Mar 12, 2026
View
Version 4
Solicitation
Posted: Feb 12, 2026
View
Version 3Viewing
Solicitation
Posted: Feb 3, 2026
Version 2
Sources Sought
Posted: Jan 9, 2026
View
Version 1
Pre-Solicitation
Posted: Dec 19, 2025
View