UT JONES HOLE NFH Rock Materials
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 offers for rock materials for the Jones Hole National Fish Hatchery in Vernal, Utah. This unrestricted solicitation seeks rip rap, road base, manufactured sand, and crushed rock to protect an open spring from Aquatic Invasive Species (AIS). Offers are due by April 27, 2026, at 1700 local time (Vernal, UT).
Scope of Work
The contractor will provide and deliver specific quantities of rock and sand materials, including:
- Rip Rap: 6-inch to 8-inch diameter, 120 tons
- Commercial Road Base: 3/4-inch, 300 tons
- Manufactured Sand: Crushed, 60 tons
- Crushed Rock: 1 1/2-inch, 315 tons All materials must be delivered FOB Destination to the Jones Hole National Fish Hatchery. The contractor is responsible for loading and offloading materials. The objective is to enclose an open spring to prevent AIS infiltration.
Contract Details
- Contract Type: Solicitation
- Set-Aside: Unrestricted
- Period of Performance: April 30, 2026, to May 29, 2026
- Delivery Deadline: No later than May 29, 2026
- Offer Acceptance Period: 60 calendar days from the offer due date.
- Place of Performance: Jones Hole National Fish Hatchery, 24495 East Jones Hole Hatchery Road, Vernal, UT 84078-2042.
Submission & Evaluation
- Offer Due Date: April 27, 2026, at 1700 local time (Vernal, UT).
- Submission Method: Quotes and questions must be emailed to jeremy_riva@ios.doi.gov.
- Evaluation Factors: Offers will be evaluated based on:
- Ability to meet technical specifications
- Lead time for delivery after receipt of order
- Price The government will award to the responsible offeror whose proposal is most advantageous, considering price and other factors. Conformance to the Statement of Work is considered more favorable than price, and the government reserves the right to award to other than the lowest-priced offer based on best value tradeoffs. Offerors are encouraged to use Standard Form (SF) 1449.
Special Requirements
Contractors must be appropriately licensed and certified within the state of Utah and adhere to all Federal, State, and County regulations. Pricing must include delivery fees. Lead time after receipt of order must be provided.