EXTERIOR PAINTING

SOL #: 140G0326Q0023Combined Synopsis/Solicitation

Overview

Buyer

Interior
Us Geological Survey
OFFICE OF ACQUISITON GRANTS
SACRAMENTO, CA, 95819, United States

Place of Performance

Place of performance not available

NAICS

Painting and Wall Covering Contractors (238320)

PSC

Maintenance Of Office Buildings (Z1AA)

Set Aside

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

Timeline

1
Posted
Feb 10, 2026
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Feb 25, 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 US GEOLOGICAL SURVEY (USGS), under the Department of the Interior, is soliciting proposals for Exterior Painting Services at the Western Fisheries Research Center (WFRC) in Seattle, Washington. This opportunity is a Total Small Business Set-Aside for maintaining the protective and aesthetic qualities of designated steel elements on campus buildings. Quotations are due by February 25, 2026, at 12:00 PM Eastern Time.

Scope of Work

The project requires comprehensive exterior painting services for designated steel elements on four buildings (Administration, Facilities, Wet Laboratory, and Dry Laboratory) and six fire hydrants. Key tasks include:

  • Surface preparation, cleaning, and rust treatment.
  • Application of one coat of primer and two coats of topcoat (3-5 mils dry film thickness).
  • Compliance with OSHA, EPA, and local environmental regulations.
  • Provision of a Site-Specific Safety Plan and Job Hazard Analysis.
  • Cleanup and final inspection.

Contract & Timeline

  • Contract Type: Firm-Fixed Price.
  • Period of Performance: March 02, 2026, to June 30, 2026.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Response Due: February 25, 2026, 12:00 PM ET.
  • Questions Due: February 20, 2026.
  • Published Date: February 10, 2026.

Evaluation & Submission

Award will be based on the Lowest Price Technically Acceptable (LPTA) methodology. Technical capability will be evaluated on a Pass/Fail basis. Offerors must submit documentation demonstrating qualifications, capacity, experience, past performance, and a work plan (maximum 5 single-sided pages). Quotations must be submitted electronically via email to vnuno@usgs.gov. Offerors must be registered in SAM.gov, and subcontractors must be licensed in Washington State.

Additional Notes

  • A site visit is scheduled for February 18, 2026, at 10:00 AM local time at the WFRC.
  • The solicitation incorporates various FAR clauses, including those related to the Buy American Act and construction wage requirements. The Davis-Bacon Act Wage Determination WA20260108 for King County, Washington, specifies prevailing wage rates and fringe benefits, which bidders must adhere to for labor cost estimations.
  • Photographs of the campus are provided to aid bidders in understanding site conditions. The building was constructed in 1992 and has no lead-based paint.

People

Points of Contact

Nuno, VictorPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 10, 2026