ND-GARRISON DAM NFH-INDUSTRIAL CONTROL EQUIPMENT
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), specifically the Garrison Dam National Fish Hatchery (NFH), is soliciting quotes for Industrial Control Equipment. This procurement is for one (1) wall-mounted NEMA 4X fiberglass control panel and one (1) 6-inch automatic self-cleaning industrial strainer. This is a 100% Total Small Business Set-Aside and will result in a firm-fixed-price contract for supplies only, with no installation required. Quotes are due by March 17, 2026.
Scope of Work
This opportunity requires the procurement and delivery of two primary items:
- One (1) wall-mounted NEMA 4X fiberglass control panel: Rated for 460v/3ph, including fuses, motor starters, overloads, power transformer, microprocessor, and terminal strip. The panel door must feature an on/off switch, operational indicating lights (white for power, amber for cleaning, red for high pressure alarm), and a 3-way selector switch (manual, hand, automatic).
- One (1) 6-inch automatic self-cleaning industrial strainer: Must be an in-line model with a cast iron body (ASTM A278), internally and externally epoxy coated, with 6" 125-lb ANSI Class B16.1 flat face flanges. It requires dual rotating 1/8" perf screens, screen scraper bars, screen drive motors and gearboxes (1/3 hp, TEFC, 460v/3ph), and a 2" quarter turn full port electric actuated flush valve and Dp switch, factory mounted. Empty weight: 400-lbs.
Deliverables also include descriptive literature, operator/user manuals, maintenance manuals, warranty documentation, parts lists, technical specifications, manufacturer contact information, and any applicable safety certifications.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 333998 (All Other Miscellaneous Manufacturing)
- Size Standard: 700 employees
- Period of Performance: March 23, 2026, to May 22, 2026
- Delivery Date: May 22, 2026
- Response Due: March 17, 2026, at 5:00 PM EST
- Published Date: March 6, 2026
- Department/Agency: Interior / US FISH AND WILDLIFE SERVICE
Submission & Evaluation
Quotes must be submitted on company letterhead via email to Khalilah Brown (khalilah_brown@fws.gov). Submissions must include unit price for each item, total price (including shipping), estimated delivery date, and manufacturer/model numbers for all offered items. Failure to provide manufacturer and model numbers may result in a technically unacceptable quote.
Evaluation will be based on Lowest Price Technically Acceptable (LPTA), considering compliance with salient characteristics, competitive pricing, delivery lead time, warranty terms, and past performance history.
Additional Notes
Offerors must certify compliance with applicable FAR provisions and maintain current SAM.gov registration. The end-user is the U.S. Fish and Wildlife Service/Garrison Dam NFH in Riverdale, ND.