ID-L SNAKE RIV COMP-SFH WASTE POND DREDG
SOL #: 140FS126Q0091Combined Synopsis/Solicitation
Overview
Buyer
Interior
Us Fish And Wildlife Service
FWS, SAT TEAM 1
Falls Church, VA, 22041, United States
Place of Performance
Place of performance not available
NAICS
All Other Miscellaneous Waste Management Services (562998)
PSC
Waste Treatment And Storage (S222)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Apr 29, 2026
2
Submission Deadline
May 14, 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 quotes for waste pond dredging services at the LWR Snake River Compensation Plan Office in Boise, ID. This is a Combined Synopsis/Solicitation issued as a Total Small Business Set-Aside. The contract will be firm-fixed-price, with work anticipated between June 1, 2026, and September 30, 2027. Quotes are due May 14, 2026, at 5:00 PM ET.
Scope of Work
The contractor will be responsible for dredging two earthen fish waste settling ponds and one earthen total flow sedimentation pond. Key tasks include:
- Removing accumulated fish waste, fish raceway cleaning water, sand, silt, and aquatic vegetation.
- Disposing of all removed material in accordance with state and local requirements.
- Utilizing a preferred suction dredge method, or an alternative that minimizes suspended materials.
- Supplying all necessary labor, equipment, materials, and supplies.
- Complying with Federal and State OSHA regulations, environmental regulations, and local authorities.
- Implementing safety precautions for adjacent equipment and fish.
- Submitting a written sludge material disposal plan for approval.
- Implementing storm water and erosion controls, including obtaining necessary permits, with a written plan for approval.
- Demonstrating expertise in excavation.
Contract Details
- Contract Type: Firm-fixed-price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Period of Performance: Anticipated between June 1, 2026, and September 30, 2027.
- Delivery: FOB destination.
- Warranty: 1 year from the date of repair completion for warranty repairs.
Submission & Evaluation
- Quotations: Must be submitted on company letterhead, including UEI No. and point of contact information.
- GSA Contract: If applicable, provide the contract number.
- Representations & Certifications: Include a completed copy of FAR provision 52.212-3 Offeror Representations and Certifications -- Commercial Items.
- Solicitation Questions Due: May 12, 2026, at 5:00 PM ET to kathryn_coltran@ios.doi.gov.
- Quotes Due: May 14, 2026, at 5:00 PM ET.
- Submission Method: E-Mail quotes to kathryn_coltran@ios.doi.gov.
- Award Basis: Best value to the government, considering technical and past performance (when combined) compared to total price. Award will be made to a responsible source.
- Eligibility: Offerors must be registered in the System for Award Management (SAM).
Additional Notes
- A site visit is encouraged; contact Tony Folsom or Sylvia Hamilton at Sawtooth Fish Hatchery for coordination.
- Government-furnished materials include the work site, staging area (coordinate with Technical Coordinators), electric power, and water.
- The site is accessible from existing paved roads.
- Work may be conducted outside normal business hours with prior coordination.
- The Service Contract Act wage determination applies to this opportunity.
People
Points of Contact
Coltran, KathrynPRIMARY
Files
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 29, 2026