Z--OR SHELDON NWR FEMA TRAILER FIRE SPRN RE

SOL #: 140FS126Q0041Award Notice

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

Support Activities for Forestry (115310)

PSC

Repair Or Alteration Of Family Housing Facilities (Z2FA)

Set Aside

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

Timeline

1
Posted
Mar 3, 2026
2
Last Updated
Apr 1, 2026

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 repair services for the FEMA Bunkhouse fire suppression system at Sheldon National Wildlife Refuge in Lakeview, OR. This is a Total Small Business Set-Aside opportunity. The contract will be a firm-fixed-price award. Quotes are due March 18, 2026, at 1700 ET.

Scope of Work

This solicitation requires the repair, testing, and certification of the automatic fire suppression system within the FEMA Bunkhouse. Services must comply with NFPA 72, NFPA 25, NFPA 101 Life Safety Code, National Electrical Code (NEC), local codes, and accepted industry standards. The contractor will be responsible for providing all necessary travel, supervision, personnel, materials, tools, supplies, and equipment. Deliverables include product submittals, final O&M manuals (if applicable), and a closeout report certifying safe operation within four weeks of inspection.

Contract Details

  • Contract Type: Firm-fixed-price
  • Period of Performance: March 16, 2026, to April 30, 2026
  • Anticipated Delivery Date: Between March 20, 2026, and April 30, 2026
  • NAICS Code: 115310 (Forestry and Logging Support Activities)
  • Size Standard: $11.5 million

Submission & Evaluation

Award will be based on the Lowest Price, Technically Acceptable offer. Technical acceptability requires conformance to all aspects of the statement of work. Quotes must be submitted on company letterhead, include a UEI number, point of contact, and email address. Offerors should also complete FAR provision 52.212-3 (Offeror Representations and Certifications) and include their GSA contract number if applicable.

  • Solicitation Questions Due: March 16, 2026, at 1700 ET
  • Quotes Due: March 18, 2026, at 1700 ET
  • Submission Email: kathryn_coltran@fws.gov

Eligibility

This is a Total Small Business Set-Aside. Vendors must be registered in the System for Award Management (SAM) to be considered.

Additional Notes

This is a combined synopsis/solicitation; no separate written solicitation will be issued. Electronic invoicing via the Invoice Processing Platform (IPP) is required.

People

Points of Contact

Coltran, KathrynPRIMARY

Files

Files

Download

Versions

Version 2Viewing
Award Notice
Posted: Apr 1, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 3, 2026
View
Z--OR SHELDON NWR FEMA TRAILER FIRE SPRN RE | GovScope