WI TREMPEALEAU NWR NATURE PLAY AREA SIGNS
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, has issued a solicitation for the purchase and delivery of Nature Play Area Signs for the Trempealeau National Wildlife Refuge in Wisconsin. This opportunity is a Total Small Business Set-Aside and seeks a contractor to design, fabricate, and ship various signs and posts. The government will award based on best value, considering technical specifications, lead time, past performance, and price. Offers are due by May 29, 2026.
Scope of Work
The contractor will be responsible for the design, fabrication, and shipment of 9 HDPE signs and 16 metal directional signs, along with associated posts and hardware. Key deliverables include:
- One 48"h x 36"w x 3/4" thick HDPE Main Map Sign.
- One 18"h x 12"w x 3/4" thick HDPE Wall Mounted Sign.
- Four HDPE Play Area Signs (three 24"h x 18"w and one 18"h x 12"w).
- Sixteen 8"h x 26"w custom-shaped aluminum Directional Signs.
- Various black texture powder coated aluminum posts and necessary hardware. The work includes graphic design, fabrication, shipping, and warranty, adhering to FWS Sign Handbook specifications with noted exceptions and branding guidelines. The contractor is responsible for fabrication and delivery, but not installation. Delivery is to Trempealeau National Wildlife Refuge, W28488 Refuge Rd, Trempealeau, WI 54661.
Contract Details & Timeline
- Contract Type: Solicitation (seeking best value offer).
- Set-Aside: Total Small Business Set-Aside (100%).
- NAICS Code: 339950 (Size Standard: 500 employees).
- Period of Performance (Shipping): June 2, 2026, to July 1, 2026.
- Delivery Date: July 1, 2026.
- Offer Due Date: May 29, 2026, 21:00:00Z.
- Published Date: May 14, 2026.
Submission & Evaluation
- Offer Submission: Electronically via email to jeremy_riva@ios.doi.gov. Offers must be signed and dated.
- Evaluation Criteria (in order of importance):
- Ability to meet technical specifications.
- Lead time after receipt of order.
- Past Performance.
- Price.
- Award Basis: Best value to the Government, allowing for awards to other than the lowest-priced offer. Offerors agree to hold prices firm for 60 calendar days.
- Subcontractor Disclosure: Required with quote submission if applicable.
- Payment: Electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).
- Questions: Must be emailed to jeremy_riva@ios.doi.gov by the closing date.
Contact Information
- Primary Contact: Jeremy Riva
- Email: jeremy_riva@ios.doi.gov
- Phone: 303-535-4788