Y--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, Department of the Interior, has issued a Solicitation for the Ridge Trail Boardwalk Rehabilitation project at the Bayou Sauvage National Wildlife Refuge in New Orleans, Louisiana. This project, estimated between $250,000 and $500,000, is set aside for Total Small Business concerns. Proposals are due March 13, 2026, at 1700 hours (local time).
Scope of Work
The project involves the rehabilitation of the Ridge Trail Boardwalk, which was damaged by Hurricane IDA. The scope includes the removal and replacement of existing deck boards, toe boards, deteriorated piles, beams, and hurricane tie straps. New boardwalk components will be installed according to provided drawings and specifications, with proper disposal of replaced materials. The project includes government-furnished decking material. Contractors must furnish all labor, materials, equipment, and supervision.
Contract Details & Requirements
This is a Firm Fixed Price Construction contract under NAICS 237990 (Other Heavy and Civil Engineering Construction) with a $45 Million size standard. The period of performance is 90 calendar days after the Notice to Proceed, with work commencing within 10 calendar days of NTP. Performance and Payment Bonds are required within 10 calendar days after award. The Davis-Bacon Act Wage Determination (LA20250008) applies, establishing minimum wage rates and fringe benefits. Contractors must possess a state general contractor license, adhere to quality control, environmental regulations, and obtain all necessary permits.
Submission & Evaluation
Proposals must be submitted electronically via email to Joann Mallory (joann_mallory@fws.gov) by the deadline. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) method, considering Recent Relevant Experience, Technical Capabilities, and Price. A Past Performance Questionnaire (Attachment 5) must be completed by references and returned by February 13, 2026, 3:00 pm EST. A pre-proposal site visit was scheduled for February 18, 2026, at 10:00 AM CST. Questions were due five calendar days before the proposal due date.
Key Clarifications & Amendments
Amendment 0001, posted February 26, 2026, incorporates Questions and Answers (Attachment 6). These clarifications confirm the boardwalk material is wood (with government-furnished decking), detail construction methods (e.g., machine use restrictions, load-bearing responsibility), and outline invoicing procedures. Invoices must be submitted electronically via the Internet Processing Platform (IPP) and include specific attachments like payrolls, payment certifications, and warranty certificates. Offerors must acknowledge receipt of this amendment with their proposal. All other solicitation terms and conditions remain unchanged.
Contact Information
For inquiries, contact Joann Mallory at joann_mallory@fws.gov or 404-679-7274.