VA MASON NECK NWR GRAVEL
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 quotes for recycled concrete road base materials (RC6) for the Mason Neck National Wildlife Refuge in Lorton, VA. This is a Total Small Business Set-Aside procurement conducted under FAR Part 13 Simplified Acquisition Procedures. The primary requirement is the delivery of approximately 2,700 tons of RC6 material. Quotes are due by May 15, 2026, at 3:00 PM EST.
Scope of Work
The contractor will be responsible for delivering approximately 2,700 tons of RC6 recycled concrete road base material to the Mason Neck National Wildlife Refuge, located at High Point Rd, Lorton, VA 22079. Deliveries must be coordinated with onsite refuge staff, and written tickets are required daily to ensure accurate load counts and volumes. Compliance with all local and state transportation regulations is mandatory.
Contract & Timeline
- Opportunity Type: Solicitation (Request for Quotation - RFQ)
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product/Service Code: 5610 (Mineral Construction Materials, Bulk)
- Delivery Period: June 1-15, 2026 (for material delivery)
- Period of Performance (Item 00010): June 1, 2026, to August 31, 2026
- Questions Due: May 7, 2026, 3:00 PM EST
- Quote Due Date: May 15, 2026, 3:00 PM EST
- Published Date: April 30, 2026
Submission & Evaluation
Quotes must be submitted to the issuing office by the due date and time. Questions and correspondence should be directed to Merenica Banks at merenica_banks@fws.gov. The award will be made on a Lowest Price Technically Acceptable (LPTA) basis.
Evaluation Factors:
- Factor 1: Technical Acceptability
- Meeting specifications in the Statement of Work.
- Active SAM registration with no terminations for fault or default.
- Timely and correct submission of all required documents.
- Provision of required licenses and equipment lists.
- Past performance evaluation via FAPIIS/SAMs.
- Factor 2: Price
- Price will be evaluated for fairness and reasonableness but will not be rated.
Special Requirements & Notes
- Offerors must be registered in SAM.gov.
- The Government reserves the right to make an award without discussions.
- Bidders must complete the provided Price Schedule (Attachment 2) accurately, providing pricing per ton for 2,700 tons of RC6 material.
- The Service Contract Act Wage Determination (WD 2015-4281) applies, outlining minimum wage rates and fringe benefits for various occupations in the specified geographic area (including DC, parts of MD, and VA). Bidders must factor these labor costs into their proposals.
- Contractors are encouraged to contact David J Miller, GAOA Project Coordinator, for additional information or site-specific requirements.