UT JONES HOLE NFH Materials for Concrete Ramp
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) is soliciting quotes for materials required to construct a concrete ramp in a clarifier at the Jones Hole National Fish Hatchery in Vernal, Utah. This is a Total Small Business Set-Aside opportunity. Quotes are due by April 28, 2026, at 5:00 PM ED.
Scope of Work
The contractor shall provide and deliver specific new materials for the concrete ramp. Key materials include:
- Epoxy-coated wire mesh mat, slab bolster, and rebar.
- 8-inch Ductile Iron Flanged Adapter and Schedule 40 Galvanized Pipe.
- Carbon Steel Bar Grating, 20-inch Galvanized Side-Brackets, and 2-inch Schedule 40 Galvanized Pipe.
- 1/4-inch Hot-Dip Galvanized Proof Coil Chain and 3/8-inch Forged Shoulder Eye Bolt.
- 18 Gauge Copper Sheet and 3/8-inch Zinc-Plated Quick Link. Delivery is FOB Destination to the Jones Hole National Fish Hatchery, with the contractor responsible for loading and offloading. The contractor must be licensed and certified in Utah and comply with all relevant regulations.
Contract & Timeline
- Type: Request for Quote (RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332312 (Fabricated Structural Metal Manufacturing) with a 500-employee size standard.
- Delivery Deadline: Materials must be delivered by May 29, 2026.
- Quote Due: April 28, 2026, at 5:00 PM ED.
- Published: April 14, 2026.
Evaluation
Award will be based on a best value tradeoff, considering technical specifications, lead time for delivery, and price. Conformance to the Statement of Work (SOW) will be considered more favorable than price. The government reserves the right to award to other than the lowest-priced offer. Subcontractor names must be disclosed if applicable.
Submission Details
Offers and questions must be emailed to Jeremy Riva at jeremy_riva@ios.doi.gov. Interested businesses are encouraged to submit quotations on Standard Form (SF) 1449.
Additional Notes
The solicitation incorporates FAR clauses by reference, including 52.212-1 (Instructions to Offerors) and 52.212-2 (Evaluation Factors). Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP). Technical contacts for the project are Sean Henderson and Kristopher Johnson.