Y--OK-TISHOMINGO NFH-REPLACE KETTLES 6 & 7
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, under the Department of the Interior, is soliciting proposals for Firm Fixed-Price construction services to replace two concrete pond kettles (6 & 7) at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. This Total Small Business Set-Aside opportunity involves demolition, new concrete kettle construction, earthwork, and installation of associated drain and water supply lines. Proposals are due May 11, 2026, at 1:00 PM local time.
Scope of Work
The project requires the demolition of two existing concrete pond kettles and the construction of new reinforced concrete replacement kettles with retaining walls. The scope also includes associated earthwork, such as fill, compaction, and preparation of pond side-slopes and subgrade, along with the installation of new drain and water supply lines. Work must be performed while maintaining hatchery operations to the maximum extent practicable.
Key Requirements & Clarifications
Kettles 6 and 7 can be demolished simultaneously, though work is prohibited on Saturdays, Sundays, and Federal Holidays unless authorized. The contractor is responsible for dewatering ponds due to a high water table and must import all engineered fill and backfill material. The Government will provide stop logs, while the contractor is responsible for screens, grates, and guard rails. No Government-furnished electricity or potable water will be available; however, canal water is accessible via a Government-provided pump. All materials testing (e.g., compaction, concrete) is contractor-furnished and paid. Submittals, including manufacturer's literature and testing reports, must be sent to the Contracting Officer's Representative (COR) via email, allowing 10 working days for review. As-built drawings are required upon completion. Compliance with OSHA and the Department of Labor Wage Determination OK20260040 is mandatory.
Contract Details
This is a Firm Fixed-Price contract, anticipated as a single Contract Line Item Number (CLIN) on a lump-sum basis. The period of performance is 120 calendar days from the Notice to Proceed (NTP), with an estimated start date of June 2, 2026, and an estimated completion date of September 30, 2026. Performance, Payment, and Bid Bonds will be required. The NAICS code is 236220 (Commercial and Institutional Building Construction).
Submission & Evaluation
Proposals must be submitted by May 11, 2026, at 1:00 PM local time. The evaluation methodology is Lowest-Priced Technically Acceptable (LPTA). Award will be made to the responsible offeror with the lowest evaluated price that is fair, reasonable, technically acceptable, and meets all substantive requirements. No tradeoffs between price and non-price factors will be performed. Offers must be submitted in two volumes: Pricing and Technical. The Government intends to award without discussions but reserves the right to conduct clarifications.
Important Notes
Site visits are strongly encouraged; prospective offerors should contact the Hatchery Manager to arrange a visit. All offers must include a detailed, itemized breakdown of proposed costs as per Section B. The deadline for submitting questions has passed (April 29, 2026).