Notice of Intent to Sole Source to National Fish and Wildlife Foundation (NFWF) for Mitigation Credits – CA FLAP PLU 406(1) Quincy Junction Road
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 Federal Highway Administration (FHWA), under the Department of Transportation, has issued a Notice of Intent to Sole Source for the procurement of 0.17 Acres of Compensatory Mitigation Credits from the National Fish and Wildlife Foundation (NFWF). This requirement, identified as CA FLAP PLU 406(1) Quincy Junction Road, is for the Feather River Aquatic Resource Service Area in Quincy, CA. The acquisition is a Combined Synopsis/Solicitation (RFQ), and the government intends to negotiate with only NFWF. Quotations are due by April 8, 2026, at 2:00 p.m. Mountain Time.
Scope of Work
This opportunity is for the procurement of 0.17 Acres of Compensatory Mitigation Credits. These credits must specifically originate from the Feather River Aquatic Resource Service Area.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Product Service Code: F099 (Other Natural Resources And Conservation Services)
- NAICS Code: 813312 (Environmental Consulting Services)
- Industry Size Standard: $19.5 Million
- Set-Aside: Not set-aside; this is a sole source requirement to the National Fish and Wildlife Foundation (NFWF).
- Place of Performance: Quincy, CA 95971, United States
Submission & Evaluation
- Submission Requirements: Quotations must include a price quote in the specified Contract Line Item Number (CLIN) structure and mandatory organizational business information (e.g., confirmation of PO acceptance, business size, payment terms, UEI, TIN, mailing address, SAM verification).
- Format: Submissions must be electronic, as Adobe (.pdf) files, in a SINGLE email, not exceeding 10 Megabytes.
- Evaluation Criteria: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. A verification of past performance will be conducted.
- SAM Registration: All contractors must have an active registration in SAM.gov at the time of quote submission.
Deadlines & Contact
- Quotation Due Date: April 8, 2026, 2:00 p.m. Mountain Time
- Published Date: April 6, 2026
- Primary Contact: Chinh Le, chinh.le@dot.gov