Y--KS QUIVIRA NWR 9 BAY BRIDGE
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 is preparing to release a Request for Quotation (RFQ) for the replacement of the existing nine-cell box bridge at Quivira National Wildlife Refuge, Kansas. This project involves constructing a new low-water crossing designed for improved durability and reduced maintenance during high-water events. This procurement is a Total Small Business Set-Aside. The solicitation is anticipated to be posted within 15 days.
Scope of Work
The project requires the replacement of the current nine-cell box bridge with a new low-water crossing structure. The new design will allow water to safely flow over the roadway during high-water events, enhancing long-term durability and minimizing maintenance needs compared to the previous bridge. Construction must adhere to all provided specifications and drawings, ensuring proper site preparation, material selection, and safety standards.
Contract & Timeline
- Opportunity Type: Presolicitation (RFQ expected)
- Procurement Method: FAR Part 15, Contracting by Negotiation
- Set-Aside: Total Small Business
- NAICS Code: 237310 Highway, Street, and Bridge Construction (Size Standard: $45M)
- Project Magnitude: Between $200,000 and $300,000
- Contract Type: Firm Fixed Price (contemplated)
- Work Duration: 180 days from Notice to Proceed
- Solicitation Release: Expected within 15 days of the published date (April 9, 2026)
- Published Date: April 9, 2026
Evaluation
Award will be made to the offeror(s) providing the best value, based on evaluation criteria that will be detailed in the forthcoming solicitation.
Additional Notes
A pre-proposal site visit and instructions will be announced concurrently with the solicitation. Contractors must be actively registered in the System for Award Management (SAM.gov) to be eligible for this requirement. Payments will be processed via Electronic Funds Transfer using SAM registration data. Contact: Channel Pedersen, Channel_Pedersen@ios.doi.gov, 210-401-4735.