Y--LA BAYOU SAUVAGE NWR BRDWK REHAB RBY06

SOL #: 140FC126R0003Award Notice

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, CONSTRUCTION A/E TEAM 1
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Construction Of Other Non Building Facilities (Y1PZ)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 20, 2026
2
Last Updated
Apr 20, 2026

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 the Ridge Trail Boardwalk Rehabilitation Project at the Bayou Sauvage National Wildlife Refuge in New Orleans, Louisiana. This Firm Fixed-Price Construction contract has an estimated magnitude of $250,000 to $500,000. The project involves the removal and replacement of existing boardwalk components damaged by Hurricane IDA. Proposals are due March 13, 2026, at 1700 hours (local time).

Scope of Work

The contractor will be responsible for furnishing all labor, materials, equipment, and supervision to rehabilitate the Ridge Trail Boardwalk. This includes:

  • Removal and replacement of existing deck boards, toe boards, deteriorated piles, beams, and hurricane tie straps.
  • Installation of new boardwalk components according to provided drawings and specifications.
  • Proper disposal of all replaced boardwalk materials.
  • The project includes government-furnished decking material.

Contract Details & Requirements

  • Contract Type: Firm Fixed Price Construction.
  • NAICS Code: 237990 (Other Heavy and Civil Engineering Construction) with a $45 Million size standard.
  • Period of Performance: 90 calendar days after the Notice to Proceed (NTP), with work commencing within 10 calendar days of NTP. Estimated completion is July 31, 2026.
  • Bonds: Performance and Payment Bonds (SF 25 and SF 25-A) are required within 10 calendar days after award.
  • Wage Determination: The Davis-Bacon Act Wage Determination (WD # LA20250008) applies, specifying prevailing wage rates and fringe benefits.
  • Contractor Qualifications: Must possess a state general contractor license and ensure a qualified, English-speaking supervisor is on-site.
  • Environmental: Adherence to federal, state, and local environmental laws, erosion control, and protection of adjacent vegetation. Aims to divert 50% of project waste from landfills.
  • Invoicing: Electronic submission via the Internet Processing Platform (IPP) with required attachments including payrolls, payment certification, and warranty certificates.

Submission & Evaluation

  • Proposal Due Date: March 13, 2026, at 1700 hours (local time).
  • Submission Method: Electronically via email to Joann Mallory (joann_mallory@fws.gov).
  • Pre-Proposal Site Visit: Scheduled for February 18, 2026, at 10:00 AM CST.
  • Questions Deadline: Five (5) calendar days before the proposal due date (by March 8, 2026), submitted in writing to Joann Mallory.
  • Evaluation Criteria: Award will be based on the Lowest Price Technically Acceptable (LPTA) method, considering Recent Relevant Experience, Technical Capabilities and Ability to Deliver, and Price.
  • Past Performance: Bidders must use Attachment 5 (Past Performance Questionnaire) and ensure references return it by February 13, 2026, 3:00 pm EST, to joann_mallory@fws.gov.
  • Amendment 0001: Incorporates Questions and Answers (Attachment 6), clarifying material specifications, construction methods, and invoicing. Offerors must acknowledge receipt.

Contact Information

Primary Point of Contact: Joann Mallory, joann_mallory@fws.gov, 404-679-7274.

People

Points of Contact

Mallory, JoannPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4Viewing
Award Notice
Posted: Apr 20, 2026
Version 3
Solicitation
Posted: Feb 26, 2026
View
Version 2
Solicitation
Posted: Feb 10, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 20, 2026
View
Y--LA BAYOU SAUVAGE NWR BRDWK REHAB RBY06 | GovScope