Z--AK KENAI NWR VC EXTERIOR WOOD REFINISH
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) is conducting a Sources Sought for market research to identify capable firms for an Indefinite Quantity, Firm-Fixed-Price (FFP) contract for land surveying services. This effort aims to support USFWS resource management programs across Oregon, Washington, Idaho, California, Nevada, Hawaii, and Pacific island territories. The opportunity is designated as a Total Small Business Set-Aside. Responses are due by February 25, 2026.
Scope of Work
The required services include comprehensive land surveying, such as boundary, topographic, control, and water rights surveying. This encompasses research, field work, mapping, preparation of legal descriptions and tract reports, applications for land division approval, volume calculations, recording of surveys and plats, boundary marking, and other related incidental services. While the document name references the Kenai NWR VC Exterior Refinish, the detailed scope of work described in the synopsis is for land surveys.
Contract Details
- Type: Sources Sought (for market research)
- Anticipated Contract Type: Firm-Fixed-Price (FFP) Indefinite Quantity contract
- Period of Performance: Estimated 5-year contract
- NAICS Code: 541370 (Survey and Mapping (except Geophysical))
- Small Business Size Standard: $15.0 Million
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). The agency is also seeking to determine if the requirement can be set-aside for other socioeconomic programs (8(a), HUBZone, WOSB, EDWOSB, SDVOSB).
Submission & Evaluation
Interested firms should demonstrate experience in similar surveying projects, providing no more than three projects completed within the last five years. Responses are limited to ten (10) pages and must include:
- Firm name, address, point of contact
- CAGE Code/UEI
- Interest in prime, subcontractor, or joint venture roles
- Business size and socioeconomic categories
- Joint venture information, if applicable
Key Dates & Contact
- Response Due: February 25, 2026, by 1:00 PM PST
- Published Date: February 13, 2026
- Primary Contact: Cindy Salazar, Cindy_Salazar@fws.gov, 503-872-2832