Design, Fabrication, & install of Interpretive Exh
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, under the Department of the Interior, is seeking proposals for the Design, Fabrication, and Installation of Interpretive Media Exhibits at the Blackwater National Wildlife Refuge Visitor Center. This is a Combined Synopsis/Solicitation issued as a Firm Fixed-Price contract, designated as a Total Small Business Set-Aside. The project aims to replace existing faded exhibits with modern, durable, and ADA-compliant displays. Proposals are due March 13, 2026, at 08:00 AM EST.
Scope of Work
This opportunity requires the comprehensive design, fabrication, and installation of interpretive media exhibits. Key requirements include:
- Creating modern, durable, and ADA-compliant exhibits.
- Focusing on low to medium-level technology and ease of maintenance.
- Ensuring exhibits can withstand constant touching and visitor interaction for a minimum of 10 years, including resistance to fading from sunlight.
- Delivering a Base Item for the West Wall Exhibit (approximately 45-foot length).
- Providing an Optional Item for the East Wall Exhibit (approximately 26-foot length).
- Exhibits may incorporate various media such as murals, replicas, interpretive text, audio/visual programs, interactives, graphics, models, and lighting.
- The contractor must coordinate closely with general contractors and remodel schedules.
Contract Details
- Contract Type: Firm Fixed-Price
- Period of Performance: Approximately 14 months for fabrication and installation, following the completion of design phases.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541850 (Display Advertising) with a size standard of $34.5 million.
- Product Service Code: C219 (Other Architect And Engineering Services).
Submission & Evaluation
- Solicitation Issue Date: February 12, 2026
- Offer Due Date: March 13, 2026, at 08:00 AM EST
- Submission Method: Proposals must be submitted electronically via email to Joni_Dutcher@fws.gov.
- Proposal Structure: Quotations are required in two distinct parts: a non-price section and a price section.
- Evaluation Criteria:
- The non-price section will be evaluated on Technical Acceptability (approach to the Statement of Work, past performance) and overall Past Performance.
- The price section will be evaluated for fairness and reasonableness.
- Site Visit: A site visit is scheduled for March 5, 2026, at 10:00 AM EST.
Additional Notes
The solicitation incorporates applicable FAR clauses by reference and in full text. The primary point of contact for this opportunity is Joni Dutcher (Contract Specialist), with Marcia Pradines Long serving as the Refuge POC. Electronic invoicing via the Invoice Processing Platform (IPP) is a mandatory requirement.