CA-Humboldt Bay NWR - Bunkhouse Safety Repairs
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 & Wildlife Service (USFWS), Humboldt Bay National Wildlife Refuge (NWR), is seeking proposals for Bunkhouse Safety Repairs at Quarters #3 in Loleta, CA. This Total Small Business Set-Aside opportunity involves repairing the existing fire wet-sprinkler system. The estimated project magnitude is between $60,000 and $80,000. Proposals are due by Monday, April 27, 2026, at 9:00 AM PST.
Opportunity Details
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13. The contract will be a Firm-Fixed-Price (FFP) award. The NAICS code is 238220 (Commercial and Institutional Building Construction) with a small business size standard of $19.0 million.
Scope of Work
The primary objective is to repair the fire wet-sprinkler system for Quarters #3, the refuge's bunkhouse, to ensure compliance with NFPA 13D standards. Key tasks include:
- Assessing existing sprinkler piping for re-use.
- Replacing all sprinkler heads with new, NFPA 13 compliant heads (specific style, temperature rating, response type, material, and 5-year warranty).
- Removing and disposing of the existing pressure tank, back-flow preventer, and associated piping.
- Installing a new UL-listed water storage tank, pump, and back-flow preventer, with necessary electrical connections by a licensed electrician.
- Installing mineral wool batt or rigid foam board insulation in the shed and pipe insulation on all pipes outside the conditioned envelope.
- Ensuring visible piping is neat and parallel/perpendicular to interior walls, with escutcheons for penetrations.
- Adherence to all relevant regulations and standards, including NFPA 13D, IBC, NEC, NFPA 101 Life Safety Code, and ADA/ABA.
Performance & Requirements
The anticipated performance period is 120 days from the Notice to Proceed (NTP). Contractors must comply with General Wage Rate Decision Number CA20260005 for the specified California counties. Due to the project magnitude, both payment and performance bonds are required and are due within 10 calendar days after award. Bidders must demonstrate relevant experience and hold appropriate California licenses for sprinkler system work.
Submission & Evaluation
Proposals will be evaluated based on technical approach and price, with non-price factors being approximately equal in importance to price. Offerors must submit quotes electronically via email to terrence_anderson@fws.gov. Required submission documents include the solicitation document with pricing on company letterhead, Pricing Form, SAM.gov UEI code, and point of contact information. Offerors must also refer to FAR 52.212-1 and complete FAR 52.212-3. Active SAM.gov registration is mandatory for award consideration.
Key Dates
- Optional Site Visit: Wednesday, April 15, 2026, 9:00 - 11:00 AM PST.
- Question Deadline: Tuesday, April 21, 2026, 12:00 PM PST.
- Proposal Due: Monday, April 27, 2026, 9:00 AM PST.