Y--Leadville, CO Windows and Doors
SOL #: 140FGA26R0012Solicitation
Overview
Buyer
Interior
Us Fish And Wildlife Service
FWS, GAOA
Falls Church, VA, 22041, United States
Place of Performance
Place of performance not available
NAICS
Commercial and Institutional Building Construction (236220)
PSC
Construction Of Office Buildings (Y1AA)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 4, 2026
2
Last Updated
Apr 8, 2026
3
Submission Deadline
Apr 10, 2026, 9:00 PM
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 Firm Fixed Price Construction contract to replace windows and install new doors and trim at three residences (Quarters 48, 49, and 50) at the Leadville National Fish Hatchery in Leadville, Colorado. This opportunity is a Total Small Business Set-Aside.
Scope of Work
The project involves furnishing all labor, materials, equipment, and supervision for the replacement of windows and installation of new doors and trim. Key requirements include:
- Window Replacement: Specific types (egress, vinyl frame, dual pane, low-E) and performance standards. Basement windows are also to be replaced. A total of three windows will be replaced across the project (one per building).
- Door Installation: Installation of external emergency egress doors (total of three across the project, with Building 50 requiring a new one), matching existing aesthetics, fiberglass reinforced plastic, Energy Star rated, UV resistant, and Class I fire resistance.
- Site Work: Installation of galvanized steel egress window wells with covers, and concrete stairs or ramps for access to egress doors, meeting ADA/ABA requirements, with wrought iron handrails. New sidewalks are required around new window wells and door landings where existing sidewalks are removed.
- Finishing: Painting, sealant application, and installation of blinds for basement windows of all three buildings.
- Site Conditions: Prospective bidders are strongly encouraged to visit the site. Residences are occupied, requiring coordination to avoid blocking access. The contractor is responsible for daily debris removal and final cleanup.
Contract Details
- Contract Type: Firm Fixed Price Construction
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Small Business Size Standard: $45 million
- Period of Performance: May 1, 2026, to September 30, 2026 (142 calendar days from Notice to Proceed).
- Evaluation: Lowest-Price Technically Acceptable (LPTA) criteria, considering Price, Technical Capabilities and Ability to Deliver, and Recent Relevant Experience.
- Wage Rates: Subject to Davis-Bacon Act prevailing wage rates as outlined in the provided Wage Determination (GDN CO20260001).
Submission & Contact
- Proposals Due: April 10, 2026, at 3:00 PM local time.
- Submission Method: Electronically via email to jluang-khot@ios.doi.gov.
- Questions Due: March 27, 2026, 3:00 PM Mountain Time (Note: This date has passed).
- Contact: Johnny Luang-Khot (johnny_luang-khot@fws.gov, 7033582313).
Key Clarifications (from Amendment 0002)
- Unit 48: Concrete replacement is required for east side window wells.
- Unit 49: Government is responsible for mold mitigation on the west basement wall; contractor is not responsible for moving items or mold.
- Unit 50: Only one window per unit needs replacement (the one sharing wood piles). Emergency egress doors are required upstairs, not in basements. No ramps are needed for these specific egress doors; stairs should match existing vernacular.
- General: Staging area can be negotiated. Dirt removal does not need to be immediate after daily cleanup. Government is responsible for removing firewood. No asbestos-containing materials are expected, and no Historical Preservation Plan is required.
People
Points of Contact
Luang-Khot, JohnnyPRIMARY