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 the Interior, is soliciting proposals for a Design-Build Service New Headquarters project. This opportunity involves the design and construction of a new fisheries laboratory and the demolition of an existing facility at the San Bernardino National Wildlife Refuge (NWR) in Arizona. This is a Total Small Business Set-Aside opportunity. Proposals are due May 4, 2026, at 2:00 PM Eastern Time (ET), with no extensions.
Scope of Work
The project requires the design and construction of a new fisheries laboratory, approximately 45'x45' with a 12'x30' lab, and the demolition of the existing fish laboratory. The new facility will support fisheries management and conservation, including aquatic holding (wet labs), dry laboratory, microbiology/pathology lab, preparation rooms, quarantine area, equipment rooms, administrative/office space, and storage areas. The contractor is responsible for site development, water systems, HVAC, lighting, and specific material/construction specifications. The contractor will also move heavier FWS-furnished equipment from the old facility to the new one. Design must meet applicable codes (IBC, ASHRAE 62.1 2023, LEED standards) and energy efficiency requirements.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Size Standard: $45 Million
- Estimated Magnitude: Between $250,000 and $500,000
- Period of Performance: 180 calendar days after Notice to Proceed (60 days for design, 120 days for construction). The actual period will be specified in the Notice to Proceed.
Submission & Evaluation
- Proposal Due Date: May 4, 2026, at 2:00 PM Eastern Time (ET). No extensions will be provided.
- Submission Method: Electronic submission only.
- Evaluation Basis: Lowest Price Technically Acceptable (LPTA) design-build project, requiring both Phase I and Phase II proposals.
- Evaluation Factors:
- Phase I: Technical Approach, Recent Relevant Experience.
- Phase II: Key Personnel, Design Build Team Organization, Technical Solution, Past Performance, Price.
- Past Performance: A Past Performance Questionnaire (PPQ) is required; a CPAR cannot substitute. References must submit PPQs by April 17, 2026, at 2:00 PM EST to joann_mallory@ios.doi.gov.
- Bonds: Performance and payment bonds are required within 10 calendar days after award.
- Validity: Offers must be valid for 90 calendar days.
Key Clarifications & Amendments
Multiple amendments and Q&A documents have been issued. Amendment 0004 (April 28, 2026) finalized the proposal due date. Clarifications include specific building dimensions (45'x45' with 12'x30' lab), inclusion of an exterior canopy, requirements for washable/durable interior walls, and details on water/power connections. The geotechnical report is for reference only. FWS will furnish casework, benches, and tanks; the contractor will move heavier FWS equipment. Site visits by design consultants are required.
Contact Information
- Contracting Officer: Mallory, Joann
- Email: joann_mallory@fws.gov
- Phone: 404-679-7274