USFWS - Julia Butler Hansen Refuge (JBH) - HVAC (Unit Replacement)
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.
U.S. Fish and Wildlife Service, Julia Butler Hansen Refuge for the Columbian White-tailed Deer, Washington has a requirement for a project to (procure and install) HVAC replacements of two living quarters within the Refuge. The legacy HVAC current system is over 25 years old and over the past 5 years have been challenged by weather changes on the refuge. The construction magnitude is estimated between $20,000.00 to $30,000.00. If the contractor quote is over $35K and outside the magnitude, it requires 100% performance bonds and payment bonds will be required
The office is located:
USFWS - Julia Butler Hansen Refuge (JBH)
90 Steamboat Slough Road
Cathlamet, WA Washington 98612
The anticipated performance period is from July 21, 2025 - August 22, 2025.
Date 05/30/2025
General Wage Rate Decision Number: W20250040
State: Washington
County: Wahkiakum
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 238220 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 by demonstrate the ability to successfully complete as followed; all state and local law; provides appropriate licensed and certified within the state of Washington for HVACs with replacement/installation and disposal with the quote.
Furthermore, see instruction detail statement of work and attachments for additional details to create technical approach to the standard Award that 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 quote in accordance with solicitation document (showing unit and total price) on company letterhead; Pricing Form; SAM.gov UEI code; point of contact phone number and e- mail address; 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 or exceeds the minimum requirements and salient characteristics identified in the solicitation, as price is the sole evaluated factor.
Bonds Instructions & Details:
A bid bond is not 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 documents and quote.
Government contact E-Mail: terrence_anderson@fws.gov
CONTRACTOR TIMELINE: DATES TIME
*SITE VISIT: Date: Wednesday, June 18, 2025 Time: 10:00 AM ¿ 1:00 PM PST
*QUESTION DEADLINE DATE: Date: Friday, June 20, 2025 Time: 12:00 PM CST
*PROPOSAL DUE: Date: Thursday, June 26, 2025 Time: 12:00 PM ED
Solicitation Package:
¿SF1449 - Solicitation
¿Pricing Form
¿Clauses & Provisions (Terms and Conditions) Wage Rate Determination
¿Statement of Work (SOW)
¿One (1) Attachment - Salient Characteristics
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.