ID-LWR SNAKE RVR-REPAIR WDFW TANKER

SOL #: 140FS126Q0098Solicitation

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

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles (J023)

Set Aside

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

Timeline

1
Posted
May 7, 2026
2
Submission Deadline
May 21, 2026, 6:00 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 (Department of the Interior) is soliciting quotes for the repair of a 5,000-gallon fish hauling tanker for the Lower Snake River. This is a Solicitation (RFQ) for a Firm-Fixed Price contract, set aside 100% for Total Small Business. Quotes are due by May 21, 2026, 1:00 PM Central Time.

Scope of Work

This opportunity requires the evaluation, repair, or potential disposal of a rolled 5,000-gallon fish hauling tanker. Key tasks include:

  • Conducting a detailed inspection of the tanker's shell, internal structure, frame, subframe, mounts, and associated systems.
  • Preparing and submitting a written Inspection and Assessment Report detailing damage, repair feasibility, itemized costs, and safety concerns.
  • Performing comprehensive repairs, upon authorization, to return the tanker to a safe, serviceable condition. This may involve structural straightening, welding, component replacement, system reinstallation, and functional testing, meeting or exceeding industry standards.
  • Specific repair tasks include replacing electrical and airlines, 2-23K axles and brakes with a new air ride system, the walking platform, O2 lines, and removing/replacing passenger side exterior tanker skin panels.
  • Providing all necessary labor, equipment, materials, and supplies, including debris disposal.
  • Ensuring compliance with Federal and State OSHA regulations, environmental regulations, and other local authorities.

Contract Details

  • Contract Type: Firm-Fixed Price.
  • Period of Performance: 180 days after Notice to Proceed. The overall contract period is June 1, 2026, to October 30, 2026, with the specific repair CLIN period from June 1, 2026, to September 30, 2026.
  • Place of Performance: Vendor's shop.
  • Set-Aside: 100% Total Small Business.
  • NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance) with a $12.5 million size standard.

Submission & Evaluation

  • Quotes Due: May 21, 2026, by 1:00 PM Central Time.
  • Submission Method: All required documents (SF-1449, Bid Schedule, Technical Submission) must be emailed as separate PDF files to Tanner_Frank@IOS.DOI.gov. The subject line must include the solicitation number 140FS126Q0098.
  • Technical Submission: Should detail the technical approach, relevant experience in heavy-duty truck/tanker repair, identification/qualifications of key personnel, ability to meet the period of performance, and compliance with regulatory requirements.
  • Evaluation Criteria: Best Value Tradeoff - Price First. Evaluation will consider Required Qualifications, Technical Approach, Relevant Experience, and Key Personnel Qualifications. Technical Acceptability will be evaluated on a Pass/Fail basis.
  • Requests for Information (RFIs): Accepted until May 15, 2026, 11:59 AM Central Time, via email to Tanner_Frank@IOS.DOI.gov.
  • Site Visit: Vendors are highly encouraged to visit the Eagle Truck Shop to inspect the rolled tanker. Site visits must be coordinated with John McKernan before the RFI deadline.
  • Eligibility: Offerors must have an active SAM.gov registration with no listed exclusions.

Additional Notes

  • The contractor is responsible for transporting the tanker if their facility is located more than 50 miles from the Eagle Truck Shop.
  • Prime contractors must provide subcontractor information upon request.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 7, 2026
ID-LWR SNAKE RVR-REPAIR WDFW TANKER | GovScope