TN-ERWIN NFH-T25R1-REHAB ASPHALT PAVEMENT
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, is soliciting proposals for light asphalt rehabilitation at the Erwin National Fish Hatchery in Unicoi County, Tennessee. This is a Total Small Business Set-Aside with an estimated project magnitude between $100,000 and $250,000. The Government intends to award a single, Firm-Fixed-Price contract. Quotations are due by March 31, 2026, at 1700 local time.
Scope of Work
The project involves the rehabilitation of the entire existing footprint of several assets at the Erwin National Fish Hatchery. Key work areas include:
- Route #010: Federal Hatchery Road
- Route #900: Visitor Parking
- Route #901: Overflow Parking
- Route #902: Museum Parking
Tasks include surface preparation (milling 1.5-IN on Route #010-Road, scarifying on others), crack and pothole repair, tack coat application, asphalt paving and compaction (1.5-IN for Route #010-Road, 2-IN for others), seal coat application, and thermoplastic markings. All work must conform to USFWS R4 IMB Division 01 Specifications, USFWS Erwin NFH Transportation Assets Specifications, and Tennessee Department of Transportation Standard Specifications.
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price
- Set-Aside: Total Small Business
- Project Magnitude: $100,000 to $250,000
- Period of Performance: 180 days commencing after Notice to Proceed (NTP), with completion no later than November 14, 2026.
- Offers Due: March 31, 2026, at 1700 local time
- Published Date: March 3, 2026
Submission & Evaluation
Offers must be submitted electronically via email to Nicole Johnson at nicole_johnson@ios.doi.gov. Required submission components include:
- Completed SF 1442
- Signed Amendments (if applicable)
- Pricing for items on the Quote Schedule (Attachments 3 & 4)
- Contractor Evaluation Documentation (Relevant Experience Questionnaire - Attachment 5, Technical Submission)
- Representations and Certifications (can be completed via SAM.gov)
- Executed Bid Guarantee
Award selection will be made on a Best Value basis, considering price and non-price factors such as Technical Approach, Relevant Experience, Quality Control Approach, and Schedule & Performance Risk. Preference may be given to contractors with experience on US Fish and Wildlife Service projects or those located in the project's geographical area.
Important Notes
- A site visit is highly encouraged; instructions are in Section L (FAR clause 52.236-27). Contact Matthew Falcone to schedule. All substantive inquiries must be submitted in writing.
- A Bid Bond is required. For awards over $35,000, a Payment Bond is required. For awards over $150,000, both Payment and Performance Bonds are required.
- Wage Determination TN20260147 is incorporated, outlining prevailing wage rates for laborers and mechanics.
- The solicitation includes numerous FAR clauses related to environmental impact, green procurement, and labor standards.