MI SENEY NWR KIOSK INTERPRETIVE PANELS & BASES
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), specifically the FWS, SAT TEAM 2 office, is soliciting proposals for the fabrication and shipment of interpretive panels and kiosk bases for the Seney National Wildlife Refuge (NWR). This opportunity is a Total Small Business Set-Aside and seeks to award a firm-fixed-price contract. The primary goal is to enhance public image, improve visitor experience, and assist with navigation at the refuge. Proposals are due by February 17, 2026, at 5:00 PM ET.
Scope of Work
The contractor will be responsible for the design, fabrication, and shipment of various interpretive elements, including:
- Seven (7) Gel Coat Laminate (GCL) Panels of various dimensions (e.g., 36"x48", 36"x24", 48"x36", 60"x24").
- Aluminum Double-Sided Upright Exhibit Bases, Aluminum Cantilevered Exhibit Bases, and Aluminum Rail Mounted Exhibit Bases, all powder-coated black.
- Ten (10) Aluminum Brochure Holders (5"w x 11"h x 3"d).
- Specific items include 3-panel kiosks, single-panel kiosks, and interpretive signs with various mounting options (cement, direct embedment, rail mount).
The contractor must provide all labor, materials, supplies, and equipment. The government will provide all final graphics files. Adherence to the 2019 Fish and Wildlife Service Sign Handbook and FWS-specific branding guidelines is required.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: March 2, 2026, to April 28, 2026 (for delivery).
- Response Date: February 17, 2026, 5:00 PM ET
- Published Date: February 3, 2026
- Place of Performance: Contractor's site (fabrication), with delivery to Seney NWR.
Evaluation
Award will be made to the responsible offeror whose proposal, conforming to the solicitation, is most advantageous to the government. Evaluation will consider technical specifications, past performance, and price. Technical specifications and past performance are considered more important than price, indicating a best value tradeoff approach. The government reserves the right to award to other than the lowest-priced offer.
Submission & Contact
Offerors are strongly encouraged to submit their quotation on Standard Form (SF) 1449. All questions and quotes must be emailed to the primary contact. Payment requests will be processed electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).
- Primary Contact: Jeremy Riva
- Email: jeremy_riva@fws.gov
- Phone: 303-535-4788