Z--Creston National Fish Hatchery Replace Septic Line
SOL #: 140FGA26R0014Solicitation
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
Site Preparation Contractors (238910)
PSC
Repair Or Alteration Of Sewage And Waste Facilities (Z2ND)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 25, 2026
2
Last Updated
Apr 22, 2026
3
Submission Deadline
May 8, 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) is soliciting proposals for a Firm Fixed Price Construction contract to replace the septic line at the Creston National Fish Hatchery (NFH) in Kalispell, MT. This opportunity is a Total Small Business Set-Aside with an estimated project magnitude between $25,000 and $100,000. Proposals are due May 8, 2026.
Purpose
The objective is to replace the existing septic line from the Hatchery Building to the Sewage Lift Station. The current line is shallowly buried, prone to freezing, and poses a risk of failure and contamination.
Scope of Work
- Excavate a trench approximately 4 feet deep and 160 feet long.
- Install a new 4-inch schedule 80 PVC protective sleeve with a 1.5-inch schedule 80 PVC insert, ensuring it is watertight and installed 3 feet below grade.
- Install a minimum of one pipe cleanout with a threaded adaptor and plug, located above grade.
- Implement open trench safety measures, including orange fencing.
- Provide all necessary piping and components to connect the new 4-inch HDPE septic line.
- Backfill the trench, compacting the fill every 24-inch lift, after the system is verified operational and pressure tested.
- Ensure the final product complies with all applicable Federal, State, and County regulations.
Contract & Timeline
- Contract Type: Firm Fixed Price Construction.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). Small business size standard: $45 million.
- Project Magnitude: Between $25,000.00 and $100,000.00.
- Period of Performance: July 1, 2026, to August 31, 2026.
- Proposal Due: May 8, 2026, 3:00 PM Mountain Time.
- Questions Due: April 20, 2026, 3:00 PM Mountain Time.
- Published: April 22, 2026 (Amendment 0001).
Evaluation & Submission
- Award will be based on a Lowest-Price Technically Acceptable (LPTA) methodology, considering Price, Technical Capabilities and Ability to Deliver, and Recent Relevant Experience.
- Proposals must include a completed Standard Form 1442, Price Schedule, and Technical Evaluation Factors submission.
- Electronic submission via email to johnny_luang-khot@ios.doi.gov.
- Offerors must be active in the System for Award Management (SAM.gov) and complete Online Representations and Certifications (ORCA).
Special Requirements
- Contractor Qualifications: Must be appropriately licensed, accredited, and certified in Montana for septic lines and related systems.
- Bonding Requirements: 20% Bid Bond, Certificate of Insurance, 100% Payment Bond, and 100% Performance Bond.
- A wage determination (GDN MT20260032) for Flathead County, Montana, applies, detailing prevailing wage rates and fringe benefits.
- Government-Furnished Equipment (GFE): Restrooms, electricity, and water will be provided.
- A site visit can be coordinated with Kristopher Johnson (Kristopher_B_Johnson@fws.gov).
Contact Information
- Contracting Contact: Johnny Luang-Khot (johnny_luang-khot@fws.gov, 703-358-2313).
- Technical Contact: Kristopher Johnson (Kristopher_B_Johnson@fws.gov).
People
Points of Contact
Luang-Khot, JohnnyPRIMARY