99--Outdoor Signs - USFWS DIV OF POLICY & PRGMS - VA
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) Division of Policy & Programs is soliciting quotes for Outdoor Signs under a Firm-Fixed Price commercial order. This acquisition is a Total Small Business Set-Aside. The contract period is from April 1, 2026, to September 30, 2026. Quotes are due by March 26, 2026, at 12:00 PM Eastern Time.
Scope of Work
This opportunity requires the procurement of three types of outdoor signage: Wildlife Management Area, Boating & Fishing Access, and Target Range Signage. All signs must be medium gauge plastic, 11" x 17", with a white background and specific print colors (Green, Reflex Blue, Deep Green). They must include two mounting holes, rounded corners, and be suitable for long-term outdoor installation, resistant to water and corrosion.
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Period of Performance: April 1, 2026, to September 30, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Submission Deadline: March 26, 2026, 12:00 PM Eastern Time
- Published Date (Solicitation Document): March 23, 2026
Submission & Evaluation
Quotes must be submitted via email to keith_rose@fws.gov. Required documents include a completed SF 1449, signed amendments, company information (including SAM.gov UEI), evidence of Technical Capabilities, Past Performance References (up to three clients), and Price Quotes. Offerors must be registered, active, and eligible for all awards in SAM.gov.
Evaluation will prioritize Technical Experience, Technical Approach, Management Plan, and Past Performance, with Technical Capabilities & Past Performance combined weighing more heavily than price.
Delivery & Installation
Prices quoted must be FOB Destination and include installation. The contractor is responsible for packing, marking, preparing bills of lading, and delivering in good order to USFWS - Office of Conservation Investment, 300 Westgate Center Drive, Hadley, MA 01035-9589. Installation must adhere to industry standards. Contact Elena Campbell (USFWS-OCI) at least three days prior to delivery.
Additional Notes
This is a new requirement with no previous contract. No site visit is scheduled. Questions regarding the solicitation should be emailed to keith_rose@ios.doi.gov within 48 hours of posting.