MN-FWS RICE LAKE NWR-GRAVEL
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 US Fish and Wildlife Service (FWS), under the Department of the Interior, is soliciting quotes for the purchase and delivery of construction materials for an overlook at the Rice Lake National Wildlife Refuge (NWR) near McGregor, Minnesota. This opportunity is a Total Small Business Set-Aside.
Scope of Work
This solicitation requires the furnishing and delivery of specific materials for the construction of an overlook at the Rice Lake NWR. The materials include base aggregate, general fill material, rock boulders, and topsoil. All materials must meet specified quality standards, including MNDOT SS for aggregate and topsoil, and specific sizing for rock boulders.
Key Requirements / Deliverables
- Type 5 Base Aggregate: 70 tons
- General Fill Material: 700 cubic yards
- Rock Boulders: 30 each (20-36" high, 24-36" deep, 36-60" long)
- Topsoil: 90 cubic yards
Contract Details
- Contract Type: Firm-fixed-price.
- Period of Performance: June 1, 2026, to September 30, 2026.
- Delivery Schedule: All materials are due by September 30, 2026, with the majority required within a two-week period between June 2026 and August 2026, as requested by Refuge Staff.
- Place of Performance: Rice Lake NWR overlook, near McGregor, Minnesota.
Submission & Evaluation
- Submission Method: Quotes must be emailed to nicole_johnson@ios.doi.gov.
- Quote Requirements: Contractor quotes must include a breakdown of each material by unit price and total, with delivery fees included. Offerors must confirm their ability to meet the delivery schedule and provide firm name, UEI, point of contact, phone, and email.
- Evaluation: Award will be made to the responsible offeror whose quotation represents the best value to the Government, considering price and non-price factors through a comparative evaluation.
- Questions: All questions must be submitted in writing via email to nicole_johnson@ios.doi.gov. Inquiries received within 72 hours of the closing date may not receive a response.
Eligibility
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 212321 (Mineral Construction Materials, Bulk).
- Size Standard: 500 employees.
- Only responsible small business sources may submit a quote.
Important Notes
- Vendors must be registered and active in SAM.gov to be considered for award.
- Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).
- Submittals required prior to work initiation include proposed material sources, laboratory testing data, and pictures/sizes of rock boulders.