Ridge Trail Boardwalk Rehabilitation
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 (USFWS), under the Department of the Interior, is soliciting proposals for the Ridge Trail Boardwalk Rehabilitation project at the Bayou Sauvage National Wildlife Refuge (NWR) in New Orleans, LA. This project involves the rehabilitation of the boardwalk, which was damaged by Hurricane IDA. The estimated magnitude for the project is between $250,000 and $500,000. Offers are due electronically by March 13, 2026, at 1700 hours (local time).
Scope of Work
The contractor will furnish all labor, materials, equipment, and supervision to rehabilitate the Ridge Trail Boardwalk. Key tasks include:
- 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 property/material.
Contract Details
- Contract Type: Firm Fixed Price Construction contract.
- NAICS Code: 237990 (Heavy and Civil Engineering Construction Contractors) with a size standard of $45 Million.
- Estimated Magnitude: Between $250,000 and $500,000.
- Period of Performance: 90 calendar days after the Notice to Proceed (NTP).
- Place of Performance: Bayou Sauvage National Wildlife Refuge, New Orleans, LA.
- Set-Aside: None specified in the main solicitation documents.
Submission & Evaluation
- Offers Due: Electronically by March 13, 2026, at 1700 hours (local time) to joann_mallory@fws.gov. Offers providing less than 90 calendar days for Government acceptance will be rejected.
- Pre-Proposal Site Visit: Scheduled for February 18, 2026, at 10:00 AM CST.
- Questions Due: Must be submitted in writing via email to Joann Mallory (joann_mallory@fws.gov) no later than five calendar days before the proposal due date (March 8, 2026).
- 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.
- Proposal Format: Requires submission of completed SF 1442, acknowledged amendments, a price schedule (using Attachment 4-Bid_Schedule.pdf), contractor evaluation documentation, and representations/certifications.
Key Requirements & Notes
- Bonds: Performance and Payment Bonds (SF 25 and SF 25-A) are required within 10 calendar days after award.
- Past Performance: Bidders must use the provided Past Performance Questionnaire (Attachment 5) to solicit feedback from references. Completed questionnaires are due by February 13, 2026, 3:00 pm EST to joann_mallory@fws.gov.
- Wage Determination: The Davis-Bacon Act Wage Determination (WD # LA20250008) applies, specifying minimum wage rates and fringe benefits.
- Contractor Requirements: Must possess a state general contractor license, provide all necessary resources (labor, materials, equipment), ensure a qualified on-site supervisor, implement quality control, coordinate subcontractors, minimize waste (aim for 50% diversion), obtain all permits, and adhere to environmental regulations.