OR SHELDON NWR FEMA TRAILER FIRE SPRN RE
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 repair services for the FEMA Bunkhouse fire suppression system at the Sheldon National Wildlife Refuge in Lakeview, OR. This opportunity is a Total Small Business Set-Aside and seeks a firm-fixed-price contract. Quotes are due March 18, 2026, at 1700 ET.
Scope of Work
This combined synopsis/solicitation requires the repair, testing, and certification of the automatic fire suppression system within the FEMA Bunkhouse. Services must comply with NFPA 72, NFPA 25, NFPA 101 Life Safety Code, National Electrical Code (NEC), local codes, and accepted industry standards. The contractor will be responsible for providing all necessary travel, supervision, personnel, materials, tools, supplies, and equipment. Deliverables include product submittals, O&M manuals (if applicable), and a closeout report certifying safe operation within four weeks of inspection.
Contract Details
- Contract Type: Firm-fixed-price
- Period of Performance: March 16, 2026, to April 30, 2026
- Delivery Date: Anticipated between March 20, 2026, and April 30, 2026
- NAICS Code: 115310 (Forestry and Logging Support Activities)
- Size Standard: $11.5 million
- Set-Aside: Total Small Business
Submission & Evaluation
- Basis of Award: Lowest price, technically acceptable.
- Submission Instructions: Quotes must be on company letterhead, include UEI number, point of contact, and email address. Offerors must complete FAR provision 52.212-3 (Offeror Representations and Certifications). GSA contract number should be included if applicable.
- Solicitation Questions Due: March 16, 2026, at 1700 ET
- Quotes Due: March 18, 2026, at 1700 ET
- E-Mail Quote Submission: kathryn_coltran@fws.gov
Additional Notes
This is a combined synopsis/solicitation; no separate written solicitation will be issued. Technical acceptability requires conformance to all aspects of the statement of work. Vendors must be registered in the System for Award Management (SAM) to be considered. Electronic invoicing via the Invoice Processing Platform (IPP) is required.