MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
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, is soliciting quotes for the purchase, delivery, and installation of a 20,000-lb capacity 2-post above-ground automotive lift for the Minnesota Valley National Wildlife Refuge in Bloomington, MN. This is a 100% Total Small Business Set-Aside opportunity. Quotes are due by December 17, 2025, at 5:00 PM EST.
Opportunity Details
This solicitation (RFQ 140FS226Q00004) seeks a "brand name or equal" Rotary SPO20-TA/SPO20N0T0-BL lift, or equivalent, that meets or exceeds specified minimum requirements. The contract will be firm-fixed-price. The period of performance is anticipated from January 12, 2026, to March 11, 2026, with delivery and installation completion by March 11, 2026.
Scope of Work
The selected contractor will be responsible for:
- Purchasing, delivering, and installing one (1) 20,000-lb capacity 2-post above-ground automotive lift.
- Ensuring the lift is ALI/ETL and GOLD Safety Certified.
- Installation at the Minnesota Valley National Wildlife Refuge in Bloomington, MN, specifically at the Rapids Lake Shop Facility.
- Startup, placement into service, and necessary electrical connections.
- Partial decommissioning and cement capping of an existing SmartLift.
- Provision of a set of four round polymer adapters for lifting cars.
- Compliance with OSHA Standards, manufacturer installation guidelines, and local building codes.
- Delivery address for the lift is 15850 Rapid Lake Road, E Carver, MN 55315.
Contract & Set-Aside
- Contract Type: Firm-Fixed-Price
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Size Standard: $12.5 Million
- Product Service Code: J095 (Maintenance, Repair And Rebuilding Of Equipment: Metal Bars, Sheets, And Shapes)
Submission & Evaluation
- Quotes Due: December 17, 2025, at 5:00 PM EST.
- Submission Method: Email quotes on company letterhead to Khalilah Brown at khalilah.brown@fws.gov.
- Required Information: Firm Name, UEI, Point of Contact, Phone, Email.
- Evaluation Criteria: Best Value, considering technical expertise, acceptability, pricing, competitive delivery/installation schedule, and positive past performance. Subcontractor information must be disclosed.
Special Requirements & Notes
- Wage Determination: Services must adhere to Wage Determination 2015-4945, revision 29, for Hennepin County, MN, which specifies minimum wage rates and fringe benefits for various occupations.
- Qualifications: Manufacturer and installer must have a minimum of three years of documented experience, and installers must be authorized.
- Warranty: The lift must include a 5-Year Structural, 2-Year Part Components, and 1-Year Labor manufacturer warranty, with an extended 2-year correction period.
- Site Visits: Available upon request.
- Payment: Will be made via the Invoice Processing Platform (IPP).