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 US Fish and Wildlife Service (FWS) is soliciting proposals for the construction of a New Multipurpose Facility at the Montezuma National Wildlife Refuge (NWR) & NY Ecological Services. This opportunity, designated as a Total Small Business Set-Aside, involves the construction of an office building and associated site improvements. Proposals are due by April 20, 2026, at 2:00 PM local time.
Scope of Work
This solicitation (140FGA26R0006) requires the construction of a base building multipurpose facility. The project also includes several additive items:
- Additive #1: Resurfacing Parking Area MUP and additional sidewalks.
- Additive #2: PV system S Roof MNT.
- Additive #3: PV System N Roof MNT.
- Additive #4: Furniture MNT. The performance period for the base construction and all additives is from June 1, 2026, to November 30, 2027, requiring completion within 548 calendar days after receiving notice to proceed. Performance and payment bonds are mandatory.
Contract & Timeline
- Type: Solicitation (Construction Of Office Buildings - Y1AA)
- Agency: US FISH AND WILDLIFE SERVICE, Department of the Interior
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: April 20, 2026, 2:00 PM local time
- Published: April 17, 2026
- Performance Period: June 1, 2026 – November 30, 2027
Key Clarifications & Requirements
Numerous amendments and Q&A documents have provided critical updates:
- Flooring: All references to Luxury Vinyl Tile (LVT) are to be disregarded; "Resilient Tile Flooring" per Specification Section 09 65 19 shall be used.
- Windows: Detailed "Window Elevations" are provided, specifying PELLA RESERVE - TRADITIONAL design basis, aluminum clad exterior, pre-finished wood interior, specific dimensions, insect screens, and low E insulated tempered glass. Bird strike film is removed for wood window units, required only for storefront glazing systems. Full height screens are required for bird strike avoidance on single-hung wood windows.
- Steel Pile Load Testing: Dynamic Load Testing (PDA with CAPWAP analysis) is required to verify design driving resistance, including both end-of-driving and restrike testing. A static load test and PDA calibration should target a minimum Factor of Safety (FS) of 2.0.
- Waterproofing: Self-adhering sheet waterproofing (Spec 07 13 16) is required for vertical and horizontal applications, including elevator pit and foundation. It must meet specific performance criteria and requires manufacturer/installer qualifications and a 10-year warranty.
- Flagpoles: Ground-set flagpoles (Spec 10 75 16) must be aluminum, 30 feet exposed height, with internal halyard winch systems, from approved manufacturers.
- Prevailing Wages: Apply only to laborers and mechanics employed "on the site of the work." For systems furniture, only labor for securing to the building is subject to prevailing wage rates.
- Fire Safety Systems: The 2-way fire-fighter's phone system is no longer required. However, an Emergency Responder Radio Coverage System (ERRCS) is required per Specification Section 28 46 21.11, 2.10.
- Siding: Areas with an ashlar pattern are thin stone veneer; areas with a shingle pattern are fiber cement siding.
- Testing Costs: 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.
- Amendments: Bidders must acknowledge receipt of all amendments. Failure to do so may result in rejection of the offer.
Submission & Evaluation
Offers are due by 2:00 PM local time on April 20, 2026, and must be submitted in original and one copy, marked with the offeror's name, address, solicitation number, and due date/time. Offers providing less than 60 calendar days for Government acceptance will be rejected. This is not an Invitation for Bid; proposals will be evaluated, and an award made. Funds are contingent upon availability of appropriated funds.
Contact Information
For questions, contact Ian Young at ian_a_young@fws.gov or 612-713-5214.