Desert National Wildlife Refuge
Design/Construct Nevada Fire Zone Fire Complex
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to perform both Phase I (Design) and Phase II (Construction) services for the Design-Build of the Nevada Fire Zone Fire Complex. The selected contractor shall furnish all labor, materials, equipment, tools, supervision, and services necessary to complete the full design and construction effort in accordance with the scope of work.
The project includes design/build complex for the Desert NWR encompasses six major mountain ranges and seven distinct life zones, supporting a rich ecological system across Southern Nevada. The Nevada Fire Zone program serves all the refuges in the Desert NWR Complex and supports wildfire suppression, vegetation control, prescribed burns, and habitat management through coordinated fire operations.
The planned Fire Complex will consolidate currently decentralized operations and staff into a single, centralized location to support safe, efficient, and long-term operational effectiveness. The project includes full design and construction of permanent fire facilities to support administration, vehicle/equipment storage, personnel readiness, and fire operations planning. The compliance and quality assurance shall follow all local, state, and federal regulations governing construction activities.
The construction magnitude is estimated between $10,000,000.00 to $14,000,000.00. 100% performance bonds and payment bonds will be required.
The office is located:
Corn Creek Administrative Area
Desert National Wildlife Refuge
Las Vegas, Nevada
Performance Period and Completion: NTP + 465 Calendar Days
Wage Rates:
General Wage Rate Decision Number: NV20250038
Construction Type: Building
Date: (05/02/2025)
State: Nevada
County: Clark County
This acquisition is subject to the Davis-Bacon Act. Applicable wage determination(s) are provided within the solicitation. Contractors must comply with minimum wage and labor standards set forth therein.
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 2025-06. The NAICS code is 236220 and the small business size standard is $45.0m.
Instructions to offeror:
All responsible small business sources shall review all documentation and submit a proposal, which shall be considered by the agency. The contractor shall demonstrate within the proposal relevant experience to successfully complete as followed; all state and local law; provides appropriate licensed and certified within the state of Nevada. Offerors shall submit a technical proposal detailing their approach to construction, including schedule, labor resources, Subcontracting Plan, and compliance with applicable building codes and safety standards. Refer to (Section L) & (Section M) for formats, contents, and page limits.
Furthermore, see the statement of work and attachments for additional details to create Volume (I & II) & TABs to address the technical approach(s) and pricing to the standard of Phase (I&II). The Award will be made as a firm-fixed-price contract. The basis of contract will be on technical approach and Price, 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 proposal with solicitation document (showing unit and total price) on company letterhead or Pricing Bid structure/Form; SAM.gov UEI code; point of contact phone number and e- mail address. 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.
Bonds:
All bid bonds are required (Section H). Contractors shall provide evidence of appropriate construction licensing and bonding in accordance with FAR 28.102-1 and FAR 52.228-15, Performance and Payment Bonds¿Construction. All required bonds must be submitted no later than 10 calendar days after award. Failure to provide required bonds may result in contract termination for default.
Site Visit Acknowledgement
Offerors are strongly encouraged to attend the scheduled site visit to gain a comprehensive understanding of the project location and site conditions. Information regarding the date, time, and access instructions for the site visit is provided in Section L. Any questions arising from the site visit shall be submitted in writing per the instructions in Section L.
Any and all questions shall be submitted via email only; no verbal questions will be accepted. Please be sure to include the solicitation number in your proposal and in the subject line of any email submitted.
E-Mail Submission for Questions & Proposals: terrence_anderson@fws.gov
Site Visit: 12:00 PM ¿ 1:00 PM ED - August 25, 2025, 8: 30A.M ¿ 11: 00A.M PCT
Question Deadline Date: Phase I - August 4, 2025, 10:00 AM CST
Phase II - August 29, 2025, 10:00 AM CST
Final Proposal Due: (Phase I & II) - 9:00 AM CST Thursday September 11, 2025
Solicitation Package:
SF1442 - Solicitation
Pricing Form
Clauses & Provisions (Terms and Conditions) Wage Rate Determination
Attachment 1 - Statement of Work (SOW)
(2-11) Attachments
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.