Y--CA-HOPPER MTN NWR-COMMS TOWER
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) is conducting a Sources Sought for market research to identify capable small businesses for the delivery, testing, and installation of a radio communications system at Hopper Mountain National Wildlife Refuge (NWR) in Ventura County, CA. This system will provide emergency communication for staff. Responses are due May 4, 2026, by 5:00 PM PST.
Scope of Work
The project involves installing a radio communications system, including a Bay Micro Shelter with a 20' tower and radio repeater. This system is critical for emergency communication due to limited cell service at the refuge, which is closed to the public for California Condor recovery. Installation must comply with R56 standards and be manufacturer-provided.
Contract & Timeline
- Type: Sources Sought / Market Research (NOT a solicitation)
- Anticipated Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: 90 days from Notice to Proceed (for future contract)
- Set-Aside: Market research to determine potential set-aside for Small Businesses, 8(a), HUBZone, WOSB, EDWOSB, and SDVOSB.
- Response Due: May 4, 2026, 5:00 PM PST
- Published: April 24, 2026
- Anticipated Solicitation Posting: On or about May 10, 2026
Evaluation
This is for market research only. Responses will help the USFWS determine if the requirement can be set aside for various small business socioeconomic programs. No solicitation is currently available.
Required Information for Response
Interested firms must demonstrate experience with similar communication tower installations within the last five years (max 3 projects), including contract details, role, complexity, and relevance. Responses are limited to 5 pages and must include:
- Name/address, POC information
- CAGE Code/UEI
- Interest in prime/sub/JV role
- Business size/socioeconomic categories
- JV information (if applicable)
Additional Notes
- NAICS Code: 517810 (Small Business Size Standard: $40.0 Million)
- PSC: Y1PZ (Construction Of Other Non Building Facilities)
- Responses will be held in strict confidence.