20-- 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 US Fish and Wildlife Service (FWS), under the Department of the Interior, issued a solicitation for Fiberglass Fish Tanks, Shallow Troughs for the Creston National Fish Hatchery (NFH) in Montana. This procurement was for twelve (12) new tanks specifically for the early rearing of Bull Trout, with the intent to award a firm-fixed-price order. This opportunity is now categorized as an Award Notice, published on April 9, 2026, following the solicitation period.
Scope of Work
The solicitation required the provision of twelve (12) new fiberglass shallow trough fish tanks with specific dimensions and construction. Key specifications included:
- Outer Dimensions: 148" L x 24" W x 13" H.
- Inner Dimensions: 144" L x 20" W x 12" H.
- Construction: 1/4" solid fiberglass, 3/4" OSB imbedded into the floor, 25 mils smooth inner and outer gel coat, PVC guide slots, 14-gauge aluminum screens (1/16” and 1/8” perforations), and a 2" schedule 40 PVC slip coupler for drain and standpipe.
- Purpose: Tanks are essential for the early rearing of Bull Trout at Creston NFH.
- Delivery: FOB Destination to Creston National Fish Hatchery, 780 Creston Hatchery Road, Kalispell, MT 59901-8239. Unloading was the sole responsibility of the delivery carrier.
Contract & Timeline
- Contract Type: Firm-fixed-price order.
- Set-Aside: Total Small Business Set-Aside (100%).
- NAICS Code: 326199 (Commercial Fishing Equipment) with a 750-employee size standard.
- Period of Performance: April 13, 2026, to August 14, 2026.
- Delivery Deadline: By August 14, 2026, during normal duty hours (M-F, 8:00 a.m. - 4:30 p.m.).
- Quotes Due: Quotes were due by April 6, 2026, at 10:00 AM Central Daylight Time.
- Opportunity Status: Published as an Award Notice on April 9, 2026.
- Solicitation Documents Posted: March 20, 2026.
Submission & Evaluation
- Submission Method: Quotes were required to be emailed to dana_arnold@fws.gov as a single PDF file.
- Required Documents: Included completed SF 1449, company information (Name, UEI, POC), completed FAR 52.225-2, and signed solicitation amendments (if any).
- Evaluation Factors: Offers were evaluated comparatively based on the ability to meet technical specifications, lead time for delivery after receipt of order, and price. Offers exceeding minimum requirements or providing shorter lead times may have been evaluated more favorably.
Additional Notes
Questions regarding the solicitation were to be emailed to Dana Arnold (dana_arnold@fws.gov) by the date and time specified in Block 8 of the solicitation. The solicitation incorporated various FAR clauses and provisions by reference, including 52.212-1, 52.212-2, and 52.225-1 (Buy American Certificate). Payment requests must be submitted electronically via the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).