MI-MARQUETTE BS-(7) TRUCK TOPPERS
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 and Wildlife Service (USFWS), under the Department of the Interior, is soliciting offers for the procurement and installation of seven (7) aluminum truck toppers for its Sea Lamprey Control Program at the Marquette Biological Station, MI. This acquisition is a Total Small Business Set-Aside. Offers will be evaluated based on best value, prioritizing technical specifications over price. Offers are due by May 27, 2026.
Scope of Work
The requirement is for seven (7) aluminum truck toppers, including their installation. These toppers are essential for securing equipment used in controlling invasive sea lamprey populations in the Great Lakes basin. Specific requirements for each topper vary by truck model and are detailed in the attached specifications, with A.R.E. being the preferred brand. Installation quotes are required for both on-site at 1095 Cornerstone Dr., Marquette, MI, and at the awarded vendor's facility.
Contract & Timeline
- Opportunity Type: Solicitation (Commercial Products and Services)
- Set-Aside: Total Small Business Set-Aside (100%)
- Offers Due: May 27, 2026, by 5:00 PM ET Local Time
- Published Date: May 12, 2026
- Delivery Date: By August 31, 2026 (Net 60 days After Receipt of Order)
- Contract Type: Not explicitly stated, but for commercial products and services.
- Estimated Value: Not stated.
Submission & Evaluation
- Offers must be submitted on Standard Form (SF) 1449.
- Quotes and questions should be emailed to jeremy_riva@ios.doi.gov.
- Offers must remain firm for 60 calendar days.
- Evaluation Factors:
- Ability to meet technical specifications (considered more favorable than price)
- Past Performance
- Lead time for delivery after receipt of order
- Price
- The government intends to award to the responsible Offeror whose offer is most advantageous, considering price and other factors.
Additional Notes
The solicitation incorporates various FAR clauses by reference, including 52.212-1 (Instructions to Offerors) and 52.212-2 (Evaluation Factors). Detailed specifications for each of the seven specific vehicles (by year, make, model, and VIN) are provided in the "Specifications_Truck_Toppers_Marquette.pdf" document.