Z--WA-DUNGENESS NWR-HEADQUARTERS PAINTING

SOL #: 140FC326Q0014Award Notice

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, CONSTRUCTION A/E TEAM 3
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Painting and Wall Covering Contractors (238320)

PSC

Repair Or Alteration Of Office Buildings (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 24, 2026
2
Last Updated
Apr 7, 2026

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

An award has been made by the Department of the Interior, US FISH AND WILDLIFE SERVICE, for exterior painting services at the Washington Maritime National Wildlife Refuge Complex (WMNWRC) Headquarters Office building in Sequim, WA. This contract was set aside for Total Small Business concerns.

Scope of Work

The awarded contract covers labor, supervision, equipment, and materials for preparing and painting the exterior surfaces of the 3756 sqft, one-story WMNWRC Headquarters Office building. The work includes power washing with a cleaning agent, scraping and sanding of peeling paint, applying oxidation inhibitor to metal surfaces, replacing/patching degraded siding or trim, priming, and caulking around windows, doors, trim, and siding joints. The building features four colors, multiple doors and windows, decorative shingles, and a cupola. Exclusions include structural repairs, lead-based paint abatement, and asbestos remediation. A minimum 1-year workmanship warranty and manufacturer warranty are required.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Period of Performance: June 1, 2026 – August 1, 2026 (60 calendar days from Notice to Proceed).
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product/Service Code: Z2AA (Repair Or Alteration Of Office Buildings)

Performance Standards

The work requires two coats of quality exterior water-based acrylic latex paint and sealer suitable for coastal climates, with colors matching existing ones. Workmanship must meet standard commercial quality, with defective work corrected at no additional cost. Compliance with federal, state, and local safety regulations, environmental protection, and proper waste removal are mandatory. No painting is permitted during rain, fog, or high winds.

Original Solicitation Context

This award follows a Request for Quote (RFQ) that was issued on February 24, 2026. Proposals were due by March 11, 2026, 10:00 am PST, with questions due by March 5, 2026. Evaluation was based on Lowest Price Technically Acceptable (LPTA), considering Technical Acceptability, Past Performance, and Price, in that order of importance.

Contact Information

For inquiries related to the original solicitation, the primary contact was Terrence Anderson at terrence_anderson@fws.gov or 682-294-0280.

People

Points of Contact

Anderson, TerrencePRIMARY

Files

Files

Download
Download

Versions

Version 2Viewing
Award Notice
Posted: Apr 7, 2026
Version 1
Solicitation
Posted: Feb 24, 2026
View