MT - CRESTON NFH - Fiberglass Fish Tanks Shallow
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 soliciting quotes for Fiberglass Fish Tanks, Shallow Troughs for the Creston National Fish Hatchery (NFH) in Montana. This is a Total Small Business Set-Aside for a firm-fixed-price order. Quotes are due April 6, 2026, at 10:00 AM Central Daylight Time.
Scope of Work
This solicitation seeks the procurement of twelve (12) new fiberglass shallow trough fish tanks. These tanks are specifically required for the early rearing of Bull Trout at the Creston NFH. Key specifications include:
- Outer Dimensions: 148" Length x 24" Width x 13" Height
- Inner Dimensions: 144" Length x 20" Width x 12" Height
- Construction: 1/4" solid fiberglass, 3/4" OSB imbedded in floor, 25 mils smooth inner/outer gel coat, PVC guide slots, and 14-gauge aluminum screens (1/16" and 1/8" perforations).
- Delivery: FOB Destination to Creston National Fish Hatchery, 780 Creston Hatchery Road, Kalispell, MT 59901-8239.
Contract Details
- Contract Type: Firm-fixed-price order.
- Period of Performance: April 13, 2026, to August 14, 2026.
- Delivery Deadline: By August 14, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 326199 (Commercial Fishing Equipment) with a size standard of 750 employees.
Submission & Evaluation
- Quotes Due: April 6, 2026, at 10:00 AM Central Daylight Time.
- Submission Method: Email to dana_arnold@fws.gov as a single, combined PDF file.
- Required Documents: Completed SF 1449, company information (Name, UEI, POC), completed FAR 52.225-2, and signed solicitation amendments (if any).
- Evaluation Factors: Ability to meet technical specifications, lead time for delivery after receipt of order, and price. Offers will be evaluated comparatively, with those exceeding minimum requirements or offering shorter lead times potentially evaluated more favorably.
Additional Notes
Questions regarding this solicitation must be emailed to Dana Arnold at dana_arnold@fws.gov by the date and time indicated in Block 8 of the solicitation. Delivery must occur during normal duty hours (Monday-Friday, 8:00 a.m. - 4:30 p.m.), with the Point of Contact notified at least three days prior. Unloading is the sole responsibility of the delivery carrier. Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).