Y--Design Build Service New Headquarters
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 Interior, is soliciting proposals for a Design-Build Service for a New Headquarters Fish Laboratory at the San Bernardino National Wildlife Refuge in Douglas, AZ. This project involves the design and construction of a new 45'x45' fisheries laboratory and the demolition of the existing facility. This is a Total Small Business Set-Aside. Proposals are due May 4, 2026, at 2:00 PM CST.
Scope of Work
The contractor will be responsible for the full design and construction of a new fish laboratory building, including specific lab areas (wet, dry, microbiology/pathology), preparation rooms, quarantine, equipment rooms, administrative space, and storage. The scope also includes associated site development and the demolition of the existing fish laboratory. The design must adhere to various codes (e.g., IBC, ADA, LEED) and achieve energy efficiency 30% better than ASHRAE 90.1-2013. Compliance with DOL Wage Determination AZ20260038 for Cochise County, AZ, is mandatory.
Contract Details
- Contract Type: Firm Fixed Price (FFP), Design-Build.
- Estimated Magnitude: Between $250,000 and $500,000.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 236220 (Commercial and Institutional Building Construction), Size Standard: $45 Million.
- Period of Performance: 180 calendar days total (60 days for design, 120 days for construction) after notice to proceed.
- Bonds: Performance and payment bonds are required.
Submission & Evaluation
- Proposal Due Date: May 4, 2026, at 2:00 PM CST.
- Submission Method: Electronic, two-phase submission (Phase I & II).
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors:
- Phase I: Technical Approach, Recent Relevant Experience.
- Phase II: Key Personnel, Design Build Team Organization, Technical Solution, Past Performance, Price.
- Past Performance: References must submit Past Performance Questionnaires by April 17, 2026, 2:00 PM EST to joann_mallory@ios.doi.gov. CPARs cannot substitute for PPQs.
- Questions: Submit in writing to Joann_mallory@fws.gov five calendar days prior to the proposal closing date.
- Site Visit: A site visit was scheduled for April 10, 2026, at 10:00 AM CST.
Amendments
Multiple amendments have been issued, primarily to incorporate responses to Requests for Information (RFIs) and to extend the proposal submission deadline. Bidders must acknowledge all amendments and review the incorporated RFIs/RFIS responses.