MN - Levee Repair
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), under the Department of the Interior, has issued a Sources Sought Notice for Levee Repair services at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. This market research aims to identify qualified Small Business, Certified 8(a), HUBZone, Woman-Owned, and Service Disabled Veteran-Owned Small Business firms. The estimated project value is between $1,000,000 and $5,000,000. Responses are due by February 20, 2026, at 5:00 PM ET.
Purpose
This is a SOURCES SOUGHT NOTICE for market research only, intended to gauge the interest and capability of potential qualified small businesses for the proposed Levee Repair project. The government will use responses to make an appropriate acquisition decision; inadequate responses may lead to a full and open competition.
Scope of Work
The project involves comprehensive levee repair services, including:
- Embankment rehabilitation
- Riprap water control structure installation
- Removal of three CMP water control structures
- Potential alternate items: replacement of reinforced concrete pipe(s) and end piece(s), and graveling Dike Road.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- Agency: U.S. Fish and Wildlife Service (FWS), Department of the Interior
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction)
- Small Business Size Standard: $45 Million
- Estimated Value: $1,000,000.00 - $5,000,000.00
- Targeted Set-Asides (for market research): Small Business, Certified 8(a), HUBZone, Woman-Owned Small Business, Service Disabled Veteran-Owned Small Business
- Response Due: February 20, 2026, 5:00 PM ET
- Published: February 9, 2026
Submission Requirements
Interested contractors must submit a package (no more than 10 pages) via email to christine_beauregard@fws.gov, including:
- Contractor's UEI Number.
- Firm name, physical address, point of contact, and email address.
- Certification of business type (8(a), Small Disadvantaged Business, HUBZone, Woman-Owned, or Service-Disabled Veteran Owned Small Business).
- Documentation from bonding company showing current single and aggregate performance and payment bond limits (at least $1M - $5M capacity).
- Capability statement and experience, with three examples of construction contracts valued between $1M and $5M completed within the past five years.
Additional Notes
Small Businesses are reminded of FAR 52.219-14, Limitations on Subcontracting, requiring them to perform at least 15% of the contract cost (excluding materials) with their own employees for general construction-type procurement.