Y--DB Centennial Trail Boardwalk Replacement
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. Department of the Interior, US FISH AND WILDLIFE SERVICE is conducting market research through a Sources Sought Notice to identify qualified Design-Build (D/B) firms for the Centennial Trail Boardwalk Replacement project within the Bon Secour National Wildlife Refuge (BSNWR) in Gulf Shores, Alabama. This is not a request for proposals but aims to inform future acquisition strategy. Responses are due April 2, 2026.
Scope of Work
The project involves the design and construction of approximately 990 linear feet of low-maintenance, resilient boardwalks. Key components include A/E design, construction, surveys, geotechnical investigation, and permitting support. An optional demolition of an existing boardwalk segment is also included. The boardwalks must be simple, durable, designed for a saltwater/acidic coastal environment, and meet ADA/ABA requirements. Specifics include stainless steel fasteners and treated wood or composite decking/curbs. Five distinct boardwalk locations (BW1-BW5) are identified, with lengths ranging from 50 ft to 594 ft.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- Anticipated Contract Type: Firm-Fixed-Price (FFP) Design-Build
- Estimated Magnitude: Between $1,000,000 and $5,000,000
- Period of Performance: 365 days from Notice to Proceed
- Anticipated NAICS Code: 237990 (Other Heavy and Civil Engineering Construction), with a Small Business Size Standard of $45 Million. Firms may suggest alternatives.
- Set-Aside: None specified (market research stage, set-aside feasibility to be determined)
- Response Due: April 2, 2026, 2:00 PM Eastern Time Zone
- Published: March 12, 2026
Submission Requirements
Interested firms must submit a Capability Statement (maximum 10 pages) detailing:
- Company information and socioeconomic status
- Licensing
- 3-5 relevant D/B project experiences
- Technical approach
- Quality control, safety, and environmental considerations
- Capacity and bonding capabilities
Specific formatting and delivery instructions are provided in the document. No costs incurred in responding will be reimbursed.
Point of Contact
- JoAnn Mallory: joann_mallory@fws.gov