Y--Montezuma NWR New Multipurpose Facility
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 Department of the Interior, U.S. Fish and Wildlife Service (FWS), through its FWS, GAOA office, has issued a Solicitation (140FGA26R0006) for the construction of a New Multipurpose Facility at the Montezuma National Wildlife Refuge (NWR) & NY Ecological Services. This opportunity is a Total Small Business Set-Aside. Offers are due by April 20, 2026, at 2:00 PM local time.
Scope of Work
This solicitation covers the construction, alteration, and repair services for a new base building multipurpose facility. Key requirements include:
- Base Building Multi-Purpose Facility Construction.
- Additives: Resurfacing Parking Area MUP, PV system S Roof MNT, PV System N Roof MNT, and Furniture MNT.
- Specialized Installations: Self-adhering sheet waterproofing (with 10-year material and workmanship warranty, specific performance standards, and approved manufacturers like Henry, Polyguard, AVM), and ground-set flagpoles (30-foot aluminum, with specific material and installation requirements from approved manufacturers).
- Exterior Finishes: Thin stone veneer for ashlar patterns and fiber cement siding for shingle patterns.
- Windows: Pella Reserve - Traditional design basis, aluminum clad exterior, pre-finished wood interior, low E insulated tempered glass, and full-size insect screens. Bird strike film is required only for storefront glazing systems, with full-height screens for single-hung wood windows.
- Systems: Emergency Responder Radio Coverage System (ERRCS) is required; the Fire-Fighter's Phone System is no longer required.
- Geotechnical: Detailed geotechnical reports are provided, and steel pile testing requires Dynamic Load Testing (PDA with CAPWAP analysis), including end-of-driving and restrike, calibrated against a minimum Factor of Safety (FS) of 2.0.
Contract & Timeline
- Contract Type: Solicitation for construction, alteration, or repair services.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Performance Period: June 1, 2026, to November 30, 2027 (548 calendar days after notice to proceed).
- Bonds: Performance and payment bonds are required.
- Funding: Obligation is contingent upon the availability of appropriated funds.
- Offer Acceptance: Offers must provide at least 60 calendar days for Government acceptance.
- Offers Due: April 20, 2026, at 2:00 PM local time.
Submission & Evaluation
Offers must be submitted in original and one copy, in sealed envelopes marked with the offeror's name, address, solicitation number, and offer due date/time. This is not an Invitation for Bid; proposals will be evaluated, and an award made.
Key Clarifications
- Prevailing Wages: Apply only to laborers and mechanics employed "on the site of the work." For systems furniture, only labor for securing furniture to the building is subject to prevailing wage rates.
- Testing & Inspections: The contractor is responsible for directly paying for all required testing and inspections, including Special Inspections, and must include these costs in the lump sum bid.
- CAD Files: Electronic CAD versions will be provided after award for shop drawing preparation, not during bidding.
- MWBE Goals: Executive Order 11246 has been rescinded, meaning there are no mandated MWBE contracting goals.