This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued.
The Conboy Lake National Wildlife Refuge requires installation of at least 7 miles of barbed wire boundary fencing repair services. Conboy Lake National Wildlife Refuge maintains barbed wire boundary fencing to prevent cattle on adjacent private pasture ground from entering Refuge property. Current fences within the project area are in a state of disrepair and require full replacement. New fencing must incorporate a wildlife friendly design to allow passage by elk and other wildlife species. Most work will need to be completed in the summer and fall months when the ground is dry enough for access. Site conditions are generally pasture ground with variable vegetation density.
The office is located:
FWS Conboy Lake Refuge
100 Wildlife Refuge Road
Glennwood WA 98619
Contract Type: Firm Fixed Price
Project Magnitude: Between $100,000.00 - 249,000.00
The anticipated performance period - September 10, 2025 - September 30, 2027, with performance and payment bonds due within 10 calendar days after issuance of the Notice to Proceed.
Date 07/18/2025
General Wage Rate Decision Number: WA20240050
State: Washington
County: Klickitat
Construction Type: Heavy
This Request for Proposal (RFP) is a TOTAL SMALL BUSINESS SET ASIDE and is conducted under the procedures of FAR Parts 12 and 13, incorporating provisions and clauses in effect through Federal Acquisition Circular 2024-03. The NAICS code is 238990 and the small business size standard is $19.0m.
Instructions to offeror:
All responsible small business sources shall review all documentation and submit a quote, which shall be considered by the agency. The contractor must show within the proposal relevant experience accordance with the evaluation factors within solicitation - Section L & M.
Additional have the ability to successfully complete the project within the established state, local, and federal law, when operating on the site for replacement/installation and disposal.
Furthermore, see instruction detail statement of work (SOW) and attachments for additional details to create and establish technical approach. The standard Award will be made as a firm-fixed-price (FFP) contract. The basis of contract will be on Lowest Price Technical Acceptable, as acceptability for this requirement below. Award of the contract will be made to a responsible source pursuant to FAR subpart 9.1.
Please submit your quote in accordance with solicitation document (showing unit and total price) on company letterhead or Pricing Form; SAM.gov UEI code; point of contact phone number and e- mail address; Submit all SF30 - Amendments (Signed) by individual with the authorization on the company behalf; Refer to FAR provision 52.212-1 Instructions to Offerors ¿ Commercial Items for additional submission guidance and include a copy of FAR provision 52.212-3 Offeror Representations and Certifications -- Commercial Items with applicable sections (Completed).
In accordance with FAR 15.304, award will be made on a Lowest Price Technically Acceptable (LPTA) basis to the responsible offeror submitting the lowest priced offer that meets all technical requirements, as price, which is sole evaluated on the factors.
Bonds Instructions & Details:
A bid bond is required. Contractors are reminded that any amount awarded over $35,000 requires submission of a Payment Bond. Any amount over $150,000.00 requires both payment and performance bonds. Bonds are due no later than 10 calendar days after award. Due to the project magnitude, both payment and performance bonds will be required.
Any and all questions shall be submitted via email only to the required email below; no verbal questions will be accepted within this solicitation. The contractor shall include the solicitation number# in the subject line of all emails submitted, and with solicitation RFI, solicitation document and quote.
Government contact E-Mail: terrence_anderson@fws.gov
CONTRACTOR TIMELINE DATES TIME
- SITE VISIT: Date: August 21, 2025 Time: 10:00 AM PST
- QUESTION DEADLINE DATE: Date: August 27, 2025 Time: 12:00 PM CST
-PROPOSAL DUE: Date: September 5, 2025 Time: 09:00 AM CST
Solicitation Package:
-SF1449 - Solicitation
-Pricing Form ¿ Bid Schedule
-Clauses & Provisions (Terms and Conditions) Wage Rate Determination
-Attachment 1 - Statement of Work (SOW)
Format for Proposals:
1. Proposals shall be 8 ½¿x 11¿
2. A page is defined as one face of a sheet of paper containing information
3. Typing shall not be less than 12 pitches (Times New Roman/Ariel/Etc.), 1-inch border, no artistic script fonts for readability
4. Elaborate formats, bindings or color presentations are not desired or required
In order to have a quote considered for award, respondent must be registered at the System for Award Management (SAM) website (https://www.sam.gov ) as an active vendor by the time an award decision is necessary.