Y--Concrete Slab - MA
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 (FWS), under the Department of the Interior, has issued a Combined Synopsis/Solicitation for the construction of a Concrete Slab with possible Stem Wall and Footings at the Berkshire National Fish Hatchery in Massachusetts. This opportunity is a Total Small Business Set-Aside. Amendment 0001 provides critical updates, including Questions & Answers and site photos. Proposals are due by April 24, 2026, at 3:00 PM ET.
Scope of Work
This project involves the construction of a concrete slab on grade for a future 40'x60' storage building. The scope includes:
- Base Quote Item: Construction of a concrete slab on grade with circular caissons.
- Alternate Quote Item: Construction of a concrete slab on grade with stem wall and footings. The contractor will be responsible for furnishing all labor, materials, equipment, and incidentals, including excavation, backfilling, and site grading. Detailed architectural and structural drawings, including foundation plans, framing plans, elevations, and material specifications, are provided.
Key Clarifications
Amendment 0001 and the accompanying Q&A document clarify several technical points:
- A keyway is not required for the stem wall alternate, as reinforcing steel will connect the stem wall to the footing.
- For the frost wall alternate, the lean-to will be supported by four concrete piers, not a stem wall.
- The existing ground at the site is believed to be primarily gravel.
- Site photographs are included with Amendment 0001 to provide visual context.
Contract & Timeline
- Contract Type: Firm-fixed-price.
- Estimated Value: Between $25,000 and $100,000.
- Period of Performance: Anticipated to be two months after weather conditions are suitable, with a specific delivery date of June 30, 2027.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238110 Poured Concrete Foundation and Structure Contractors.
- Proposals Due: April 24, 2026, by 3:00 PM ET.
- Published Date: April 20, 2026 (Amendment 0001).
Evaluation & Submission
Award will be made to a responsible source based on a combination of factors:
- Preliminary Schedule of Events: How the project meets the period of performance.
- Past Performance: Three projects of similar work in the last five years.
- Price. Combined factors other than price are evaluated as 51% of the proposed value. Proposals must be submitted via email to Christine_Beauregard@fws.gov. Offerors must acknowledge receipt of Amendment 0001; failure to do so may result in offer rejection.
Additional Notes
Offerors must be registered in SAM.gov. Performance and Payment Bonds may be required for costs over $35,000 (Payment Bond) or $150,000 (Performance and Payment Bonds). A "Certificate of Compliance with Insurance Requirements" is due within five calendar days of award. The Department of Labor's prevailing wage rates (General Decision Number MA20260003) apply, requiring bidders to account for these rates in their labor costs. Site operations are limited to weekdays, 7:30 a.m. to 4:00 p.m.