MN-MN VLY NWR-VEHICLE LIFT REPLACEMENT
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, is seeking quotes for the purchase, delivery, and installation of a 20,000-lb capacity 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. This is a 100% Total Small Business Set-Aside opportunity. The requirement includes the decommissioning of an existing lift and a full turn-key installation of a brand name or equal Rotary SPO20-TA/SPO20N0T0-BL lift. Quotes are due by April 17, 2026, at 12:00 PM ET.
Scope of Work
The contractor will be responsible for the complete installation of a new 2-post above-ground automotive lift with a 20,000-lb capacity, including electrical connections and startup. The new lift must be ALI/ETL, GOLD Safety Certified, and meet specific dimensions and performance standards, such as a 20-second descent time and a 2-year extended warranty for structural components and parts. The scope also includes the partial decommissioning and cement capping of an existing SmartLift. The installation will occur in an existing bay at the Rapids Lake Shop Facility within the Minnesota Valley National Wildlife Refuge in Bloomington, MN.
Key Requirements
- Lift Specifications: 20,000-lb capacity, 2-post, above-ground, brand name or equal to Rotary SPO20-TA/SPO20N0T0-BL.
- Certification: Must be ALI/ETL, GOLD Safety Certified.
- Components: Includes "Double S" 8-Bend Columns, 3-Stage TRIO™ Arms, Single-Point Air Lock Release, Truck Adapters and Extensions, and round polymer adapters.
- Qualifications: Manufacturer and installer must have a minimum of three years of documented experience, and the installer must be authorized.
- Submittals: Required documentation includes Shop Drawings, Product Data, Manufacturer's Installation Instructions, Operation Data, Maintenance Data, and a specimen warranty.
- Compliance: Services must adhere to the attached Statement of Work and Wage Determination 2015-4945, revision 30, for Hennepin County, MN.
Contract Details
- Contract Type: Firm-Fixed Price.
- Period of Performance: April 22, 2026, to September 30, 2026.
- NAICS Code: 238290 (Other Building Equipment Contractors).
- Set-Aside: 100% Total Small Business Set-Aside.
Submission & Evaluation
- Submission Deadline: April 17, 2026, at 12:00 PM ET.
- Submission Method: Quotes and questions must be emailed to Khalilah Brown at khalilah_brown@ios.doi.gov.
- Evaluation Criteria: Best Value - Comparative Evaluation, considering technical acceptability, competitive pricing, delivery/installation schedule, installer documentation completeness, and positive past performance history.
- Site Visit: A site visit is strongly encouraged, and quotes submitted without attending may be considered non-responsive.
- Installer Documentation: Offerors must identify the install contractor and provide documentation of a current agreement with the proposed installer.
Contact Information
- Primary Contact: Khalilah Brown, khalilah_brown@fws.gov, 571-547-3407.