USFWS_Saratoga NFH_WY_Water Treatment System
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 (USFWS), specifically the Saratoga National Fish Hatchery in Saratoga, WY, is soliciting proposals for the repair and replacement of its water treatment system. This is a Total Small Business Set-Aside opportunity, with award anticipated as a Firm Fixed-Price Construction contract. The estimated value is between $25,000 and $250,000.
Scope of Work
This project involves comprehensive upgrades and maintenance to the hatchery's water treatment infrastructure. Key tasks include:
- UV System Reconfiguration: Reconfiguring two existing UV systems, each with a 1,200 GPM capacity, including removal of old systems, modification of outlet piping, and potential custom steel pipe installation.
- Oxygen Meter Replacement: Replacing six oxygen flow meters (0.5-15 Lpm Pentair Aquatic Ecosystems Inc.) within the raceway building.
- Pump Piping Reconfiguration: Adjusting pump piping to resolve significant head issues when both pumps are operational.
- Motor Replacement: Replacing motors for pumps, each requiring 2,000 GPM capacity. This may also involve replacing pump bowls and shafts.
- Well Pump Electrical Stabilization: Addressing power fluctuations in the main distribution system to prevent damage to electrical components and connecting wells to the existing alarm system. The contractor is responsible for providing all necessary materials, equipment, and labor to ensure the system is fully operational.
Contract Details & Timeline
- Contract Type: Firm Fixed-Price Construction.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 237110 (Small Business Size Standard: $45.0 million).
- Estimated Magnitude: $25,000 to $250,000.
- Period of Performance: 80 calendar days from the Notice to Proceed (NTP), with a total completion time of 100 calendar days from NTP.
- Working Hours: Typically 7:30 AM to 4:00 PM, Monday through Friday. Construction is not permitted on weekends or federal holidays without prior approval.
- Site Visit: Encouraged between March 5-20, 2026.
- Solicitation Questions Due: March 20, 2026, 1:00 PM EDT.
- Quotes Due: April 1, 2026, 1:00 PM EDT.
- Offer Validity: Minimum 60 calendar days from submission.
Evaluation & Submission
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Proposals will be ranked by price and then evaluated for technical acceptability, which includes assessment of the Project Approach and Past Performance/Past Experience. All quotes must be submitted electronically via email to Thomas_ikner@fws.gov. Respondents must be registered in the System for Award Management (SAM) at www.sam.gov to be considered for award. Bidders must also adhere to the prevailing wage rates outlined in the Wyoming Statewide General Decision Number WY20260041.
Special Requirements
Contractors must obtain all necessary permits and licenses, ensure all materials are approved by the Contracting Officer Representative (COR) prior to purchase, and submit electronic documentation (permits, warranties, product data sheets) for approval before work commences. The contractor is responsible for site cleanup and liable for any damages.