C--D-B North Fume Replacement, Sacramento NWR
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), under the Department of the Interior, has issued a Solicitation for Design-Build (D-B) services for the North Flume Replacement at the Sacramento National Wildlife Refuge (NWR) in Willows, California. This is a Total Small Business Set-Aside with an estimated magnitude between $500,000 and $1,000,000. Proposals are due by March 13, 2026, at 5:00 PM PST.
Scope of Work
This project requires comprehensive design-build services to replace the existing North Flume. The scope includes:
- Design and Engineering: Site investigation, A-E scoping, data collection, field report, technical memorandum, and design development (35%, 65%, and 100% construction documents).
- Permitting: Environmental permitting assistance and submittal.
- Construction: Demolition and removal of the existing flume infrastructure, and construction of a new fire-resistant, corrugated metal pipe (CMP) flume. The new flume must meet or exceed existing conveyance capacity and be designed for a minimum 50-year service life.
- Ancillary Works: Installation of two OSHA-compliant, slip-resistant walkways with removable handrails, stoplog slots with replacement wood stoplogs, erosion and sediment control measures, and vegetation stabilization.
- The project is a 100% contractor turnkey installation, ensuring a fully functional and operational flume.
Contract Details & Timeline
- Contract Type: Firm Fixed-Price (FFP) Construction.
- Estimated Magnitude: $500,000 - $1,000,000.
- Period of Performance: 18 months, with an aimed start date of April 20, 2026, and an end date of October 20, 2027. The design and permitting phase is within 6 months from Notice to Proceed (NTP), and the construction phase is within 12 months after design acceptance. All excavation activities must occur between May 1 and October 31.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 237990 (Size Standard: $45.0M).
Evaluation Criteria
This procurement follows a Two-Phase Design-Build Selection Process (FAR 36.3) with award based on a best-value, tradeoff basis.
- Phase 1 (Non-Cost): Evaluation of Recent Relevant Experience and Technical Approach. A maximum of three offerors will be selected for Phase 2.
- Phase 2: Selected offerors will submit proposals including Key Personnel, Price, Representations, Certifications, and a Bid Guarantee.
- Past Performance: Offerors must submit CPARS evaluations or a client-completed Past Performance Questionnaire (PPQ).
Special Requirements & Notes
- Insurance: Contractors must maintain liability insurance per DOI clause 1428.301, with minimum coverage of $500,000 per person, $500,000 per occurrence, and $500,000 property damage.
- Personnel: The contractor's Architect-Engineer (A-E) must be a licensed Professional Engineer in California.
- Environmental: Strict measures are required to avoid adverse effects on giant garter snakes (GGS) and their habitat, including preconstruction surveys and specific timing for excavation.
- Site Visit: A site visit is scheduled for March 3, 2026, at 10:00 AM PST. RSVP is required.
- Questions Due: All questions must be submitted by March 5, 2026, at 10:00 AM PST via email to the Contracting Officer.
- Contact: Shanen Fox, shanen_fox@fws.gov.
- SAM Registration: Contractors must be registered in SAM to participate.