53--ID KOOTENAI NWR GRAVEL AUTO TOUR RTE

SOL #: 140FS126Q0058Award Notice

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 1
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Other Crushed and Broken Stone Mining and Quarrying (212319)

PSC

Disks And Stones, Abrasive (5345)

Set Aside

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

Timeline

1
Posted
Mar 12, 2026
2
Last Updated
Apr 10, 2026

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, is soliciting quotes for the delivery and tailgate spread of 1.25-inch crushed gravel at the Kootenai National Wildlife Refuge in Bonners Ferry, Idaho. This project, part of a deferred maintenance habitat restoration effort, aims to repair and gravel portions of the auto-tour route. This is a Total Small Business Set-Aside. Quotes are due by March 26, 2026.

Scope of Work

The requirement is for approximately 2,227 cubic yards (3,451 metric tons) of 1.25-inch crushed gravel. Contractors must provide, deliver, and uniformly tailgate spread the gravel across two sections of the auto-tour route, which is 4.3 miles long and approximately 12 feet wide. The gravel must be distributed to a consistent depth of 3-6 inches, not exceeding 8 inches, without creating spot piles or ridges. Delivery operations should minimize trips and consider local construction activity. The NAICS Code is 212319 (Other Crushed and Broken Stone Mining and Quarrying).

Contract Details

This will be a Firm-Fixed-Price contract awarded on a Lowest Price Technically Acceptable (LPTA) basis. The period of performance is anticipated to be 30 days from the Notice to Proceed, with work to be completed between June 15 and July 15, 2026, subject to weather conditions.

Submission & Evaluation

Quotations must be submitted on company letterhead or the provided pricing form, including the SAM.gov UEI Code, point of contact phone number, and email address. Offerors must also include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. Quotes are due via email to Marshall Richard (marshall_richard@fws.gov) by 1300 Eastern Time on March 26, 2026. Award will be made to the responsible source submitting the lowest price that meets all technical requirements.

Clarifications & Notes

Recent Q&A clarified that a grader is not required; tailgate spreading is acceptable if depth tolerances are met. Contractors can use tractor-mounted blades or other equipment for uniformity. Water is available onsite for dust control but is not mandatory. There are no specific daily delivery limits. While belly dumps and commercial end dumps have limited turn-around options, truck and pup setups offer more flexibility. Contractors should contact the Refuge Manager for preferred delivery routes, as Riverside Road will be under construction in Summer 2026. Offerors must be registered in SAM.gov.

People

Points of Contact

Richard, MarshallPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 4Viewing
Award Notice
Posted: Apr 10, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 13, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
View
53--ID KOOTENAI NWR GRAVEL AUTO TOUR RTE | GovScope