Z--GAOA - National Elk Refuge Electrical Repairs
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 & Wildlife Service (FWS), under the Great American Outdoors Act (GAOA) Construction Team, has issued a pre-solicitation notice for electrical repairs at the National Elk Refuge in Jackson Hole, Wyoming. This opportunity is a Total Small Business Set-Aside. The final solicitation, a Firm Fixed-Price contract, is anticipated to be posted on SAM.gov around April 9, 2026, with proposals likely due by May 11, 2026.
Scope of Work
This requirement involves comprehensive electrical repairs for 18 structures located within the National Elk Refuge Compound. These structures include various administrative buildings, shops, quarters, garages, barns, and shelters. The National Elk Refuge is a 24,700-acre wildlife refuge established in 1912, bordering Jackson, Wyoming, Bridger-Teton National Forest, and Grand Teton National Park.
Contract & Timeline
- Opportunity Type: Presolicitation (Synopsis)
- Contract Type: Firm Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 238210 - Electrical Contractors and Other Wiring Installation Contractors (Size Standard: $19 million)
- Project Magnitude: Between $250,000 and $500,000
- Solicitation Release: On or about April 9, 2026
- Proposal Due: May 11, 2026 (anticipated)
- Work Commencement: Within 10 days of Notice to Proceed
- Bonding Requirements: 20% Bid Bond, 100% Payment Bond, 100% Performance Bond
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology, procured in accordance with FAR Part 15, Contracting by Negotiation.
Additional Notes
Interested contractors must be registered in SAM (System for Award Management) and complete Online Representations and Certifications. A pre-proposal site visit and instructions will be announced with the final solicitation. Direct all questions in writing via email ONLY to Samantha LaGue at samantha_lague@fws.gov.