Z--GAOA - Monte Vista NWR Well Repair Phase 2

SOL #: 140FGA26R0007Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, GAOA
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

Repair Or Alteration Of Water Supply Facilities (Z2NE)

Set Aside

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

Timeline

1
Posted
Feb 2, 2026
2
Last Updated
Mar 17, 2026
3
Submission Deadline
Mar 27, 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 U.S. Fish and Wildlife Service (FWS), under the Department of the Interior, has issued a Solicitation for Well Repair Phase 2 at the Monte Vista National Wildlife Refuge in Monte Vista, Colorado. This project, identified as a Total Small Business Set-Aside, involves the repair and installation of water wells and appurtenances. The estimated project magnitude is between $250,000 and $500,000. Proposals are due by March 27, 2026, at 1:00 PM EST.

Scope of Work

This Firm-Fixed Price contract requires the contractor to furnish all labor, materials, equipment, and supervision for the repair of four wells: Well #9, Well #10, Well #60, and the Well #7 Pipeline (replace ditch). Specific tasks include replacing pump panels, discharge heads, bowl assemblies, motors, and column pipes, as well as installing a new pipeline for Well #7. The Statement of Work (SOW) details performance standards, including specific flow rates for each well (e.g., 2000 gpm for Well #9) and pipeline leak tests. All materials and workmanship must carry a one-year warranty.

Contract Details

  • Contract Type: Firm-Fixed Price
  • Project Magnitude: Estimated $250,000 - $500,000. A bid guarantee of 20% of the bid price or $1,000,000 (whichever is less) is required.
  • Period of Performance: April 30, 2026, to July 29, 2026 (90 calendar days from Notice to Proceed).
  • Wage Rates: General Wage Rate Decision Number CO20260003 for Rio Grande County, CO (Heavy Construction) applies.
  • Bonds: A bid bond is required. Payment bonds are needed for awards over $35,000, and both Payment and Performance bonds for awards over $150,000. Bonds are due within 10 calendar days after award.

Submission & Evaluation

  • Proposal Submission Deadline: March 27, 2026, at 1:00 PM EST.
  • Submission Method: Electronically via email to Samantha_LaGue@fws.gov.
  • Mandatory Site Visit: March 9, 2026, at 11:00 AM Local Time at Monte Vista NWR. RSVP was required by March 5, 2026.
  • Questions Due: March 11, 2026, at 1:00 PM EST, via email to Samantha_LaGue@fws.gov.
  • Evaluation Basis: Lowest Price Technically Acceptable (LPTA), considering Price, Past Performance, and Vendor Responsibility.
  • Required Proposal Documents: Official Proposal (including Price Schedule and Technical Response), signed SF 1442, signed SF30s or amendment acknowledgments, and Representations and Certifications. Incomplete Price Schedules will not be considered.

Eligibility & Requirements

This opportunity is a Total Small Business Set-Aside. Contractors must be registered in the System for Award Management (SAM) at www.sam.gov. Bidders must possess all required Federal, State, and local licenses and certifications, provide well certification for wells of this size, and examples of past work with 20 HP motors. The site lacks electricity, sanitary sewer, or drinking water; the contractor must supply a porta-john.

Key Clarifications (Amendment 1)

Recent clarifications confirm the Well #7 pipeline must be located south of the immediate ditch, following a road to the dump area, and routing west of the ditch. Pump designs should align with desired flow rates, and an elastomer compensator is required for Well #10. Submersible pumps are not recommended due to sand. HDPE DR21 pipe is acceptable for the Well #7 pipeline. The power at sites is active 480V.

People

Points of Contact

Lague, SamanthaPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Mar 17, 2026
Version 2
Solicitation
Posted: Feb 25, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 2, 2026
View
Z--GAOA - Monte Vista NWR Well Repair Phase 2 | GovScope