TX - BRAZORIA NWR - GRAVEL - SALT LAKE RD PKG
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 gravel purchase and related services for the Salt Lake Road and Parking Rehab project at the Brazoria National Wildlife Refuge (NWR) in Texas. This is a Total Small Business Set-Aside opportunity. Quotes are due May 11, 2026, at 1 PM Central Time.
Scope of Work
The contractor will provide all labor, equipment, supplies, and materials for gravel delivery and surfacing. This includes furnishing and placing 1,300 Cubic Yards (CY) of Caliche road base (7/8" minus) or an approved equal. Specific delivery locations and quantities are:
- Salt Lake Road: 880 CY
- Salt Lake Parking Area W/ ADA: 225 CY
- Big Slough Auto Tour Route: 195 CY
Services include tailgate spreading across roadways and parking lots (with compaction by USFWS staff) or stockpiling materials at a designated site near the project area. The surfacing will be placed in a single lift of four (4) inches. Delivery is expected by December 31, 2026.
Contract Details
- Contract Type: Firm-Fixed-Price order.
- Period of Performance: June 9, 2026, to December 31, 2026.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 212321 (Mineral Construction Materials, Bulk), Size Standard: 500 employees.
Submission & Evaluation
- Quotes Due: May 11, 2026, at 1 PM Central Time.
- Submission Method: Email all documents as a combined/single PDF file to dana_arnold@ios.doi.gov.
- Required Documents: Completed SF 1449, Company Information (Name, SAM.gov UEI, Point of Contact), completed FAR 52.225-2 (Buy American Certificate), and signed solicitation amendments.
- Evaluation Criteria: Offers will be evaluated based on technical capability, past performance (assessed using CPARS and other sources), and price (evaluated for completeness and reasonableness).
Contact Information
For inquiries, contact Dana Arnold at dana_arnold@fws.gov or 703-468-8289.
Additional Notes
Invoices must be submitted electronically through the Invoice Processing Platform (IPP). The solicitation incorporates FAR clauses by reference.