WA- DIV OF VSTR SVCS -INTERPRETIVE
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 quotations for Interpretive Program Development Services for the Jim Creek Recreation Area near Seattle, WA. This opportunity, titled "WA- DIV OF VSTR SVCS -INTERPRETIVE," seeks to develop a comprehensive interpretive experience concept plan. This is a Total Small Business Set-Aside. Proposals are due by March 13, 2026, 5 PM Pacific.
Scope of Work
The selected contractor will be responsible for:
- Developing an interpretive experience concept plan for the Jim Creek Recreation Area.
- Creating concepts for interpretive facilities, signage, programming, and key themes.
- Producing design files for several interpretive panels.
- Developing specific themes, including overall themes, youth materials, a pollinator pavilion, frisbee golf tee-off themes, and an orientation kiosk at Twin Lakes.
- Providing camera-ready artwork for marketing materials.
- Writing and editing text for interpretive materials, involving research and interviews.
Contract & Timeline
- Type: Firm-Fixed-Price Request for Quotation (RFQ)
- Period of Performance: Within six months from contract award.
- Set-Aside: Total Small Business
- NAICS Code: 541430 Graphic Design Services (Small Business Size Standard: $9 million)
- Proposal Due: March 13, 2026, 5 PM Pacific
- Published: March 6, 2026
Evaluation & Submission
Award will be made to the responsible contractor proposing the most advantageous quote, based on a Trade-off Method. Evaluation factors include technical capability, past performance, and price, which will be considered approximately equal when combined. Proposals must be submitted on company letterhead and include the SAM.gov Unique Entity Identifier (UEI) code. Offerors must possess active registration in SAM.gov by the quote due date.
Additional Notes
The Statement of Work (SOW) provides detailed information on the project scope and deliverables. Additional line bid options for interpretive panels are included.