MT RED ROCK LAKES NWR HQ OFC REHAB

SOL #: 140FGA26R0008Solicitation

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

Commercial and Institutional Building Construction (236220)

PSC

Repair Or Alteration Of Office Buildings (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 6, 2026
2
Last Updated
Feb 25, 2026
3
Submission Deadline
Mar 27, 2026, 4:00 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 US Fish and Wildlife Service (FWS), through its FWS, GAOA office, is soliciting proposals for the MT Red Rock Lakes NWR HQ Office Rehabilitation. This is a Firm Fixed-Price Construction contract to repair and renovate the headquarters office and visitor center building in Lima, MT. The project is a Total Small Business Set-Aside with an estimated magnitude between $250,000 and $500,000. Award will be made on a Lowest-Price Technically Acceptable (LPTA) basis. Proposals are due March 27, 2026, at 12:00 P.M. EST.

Scope of Work

This project addresses deterioration from harsh weather and heavy use, aiming to bring the 1936-built, 2,465 square foot building up to current standards, including 2023 NEC Electrical Codes, and improve energy efficiency. Key requirements include:

  • Exterior Repairs: Media blasting, repair/replacement of damaged logs, re-chinking and sealing gaps, staining/sealing of exterior logs, fascia, soffit, and trim. Installation of new 4" gutters and downspouts (extending 36" from foundation), and fence-style snowguards/roof vent snow guards.
  • Interior Repairs: Replacement of the existing oil-fired boiler with a high-efficiency propane boiler, including removal of old equipment, upgrading hydronic circulation, and modifying plumbing/electrical service. Connection to a government-purchased 1000-gallon propane tank, installation of new exhaust/intake venting, and installation of 15 hardwired smoke/CO detectors and 2 tamper-resistant pull stations.

Contract & Timeline

  • Contract Type: Firm Fixed Price Construction
  • Project Magnitude: Estimated between $250,000 and $500,000
  • Period of Performance: April 1, 2026, to April 1, 2027 (or 180 days from Notice to Proceed)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 236220, with a size standard of $45 million
  • Questions Due: March 20, 2026, 12:00 P.M. EST
  • Proposal Due: March 27, 2026, 12:00 P.M. EST
  • Published Date: February 25, 2026

Evaluation

Award will be made on a Lowest-Price Technically Acceptable (LPTA) basis. Evaluation factors include:

  1. Price
  2. Technical Acceptability:
    • Past Experience: Similar scope and magnitude projects, with specific experience in log chinking, exterior media blasting, gutter replacement, and boiler installation.
    • Past Performance: Provide contact information for at least five ongoing/past contracts within the last 5 years.

Special Requirements & Notes

  • Contractors must be registered in the System for Award Management (SAM) to participate.
  • A bid guarantee, 100% Payment Bond, and 100% Performance Bond are required.
  • Offerors must submit a completed SF 1442, acknowledged amendments, pricing, past performance information, contractor evaluation documentation, and representations/certifications.
  • Site visits are encouraged and can be coordinated with site staff.
  • Compliance with General Decision Number (GDN) MT20260025 for prevailing wage rates and fringes in Beaverhead County, Montana, is mandatory.
  • Environmental protection measures, permits, and compliance with regulations regarding cultural materials are required.
  • All inquiries must be submitted in writing to the Contracting Officer.

People

Points of Contact

Carson, SanfordPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Feb 25, 2026
Version 1
Pre-Solicitation
Posted: Feb 6, 2026
View