MN Valley NWR Visitor Center - Concrete Floor Prep
ID: 140FS226Q0017Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Flooring Contractors (238330)

PSC

REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z2AZ)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from Women-Owned Small Businesses (WOSB) for a federal contract involving concrete floor preparation, staining, and vinyl cove installation at the Minnesota Valley National Wildlife Refuge Visitor Center in Bloomington, MN. The project requires the contractor to remove adhesive, grind a 1,421 sq. ft. concrete slab, apply a stained design resembling the Minnesota River, and install a 4-inch dark blue vinyl cove, all while ensuring compliance with environmental and safety standards. Interested contractors must submit their proposals, including a completed SF 1449 form and technical narratives, by January 20, 2026, at 2:00 PM Eastern Time, with a site visit scheduled for January 14th at 10 AM Central Time. For further inquiries, contact Dana Arnold at dana_arnold@fws.gov or call 703-468-8289.

    Point(s) of Contact
    Files
    Title
    Posted
    The Minnesota Valley National Wildlife Refuge seeks a contractor for concrete floor preparation, staining, and vinyl cove installation at its Visitor Center. The project involves removing adhesive, grinding a 1,421 sq. ft. concrete slab, applying a stained design resembling the Minnesota River, and installing a 4-inch dark blue vinyl cove. Work is preferred on Mondays and Tuesdays, 8:00 a.m. to 4:30 p.m., between March 5 and March 28, to minimize disruption to visitors. The contractor must provide all materials, project management, and ensure compliance with environmental and safety requirements, including dust control and low VOC materials. The final design and colors require written approval from Refuge staff, and the work must offer a minimum two-year warranty.
    This SAM.gov Wage Determination (No. 2015-4945, Revision No. 30, dated 12/03/2025) outlines minimum wages and fringe benefits for service contract employees in specified counties of Minnesota and Wisconsin. It lists rates for various occupations across administrative, automotive, food service, health, IT, and maintenance sectors. The document details health and welfare benefits, vacation accrual, and eleven paid holidays. It also includes footnotes for computer employees and air traffic controllers/weather observers, outlining exemptions and night/Sunday pay differentials. Provisions for hazardous duty pay and uniform allowances are specified. The conformance process for unlisted job classifications is described, emphasizing the importance of matching duties to existing classifications rather than job titles. The determination also references Executive Orders 13706 and 13658, concerning paid sick leave and minimum wage requirements for federal contractors.
    This government file outlines the requirements for submitting technical experience and references, likely for a federal government RFP, federal grant, or state/local RFP. Proposers are required to provide details for up to three projects similar in size and complexity to the Statement of Work/Performance Work Statement. For each project, the submission must include the contract/work type, contract number (if applicable), total contract value, the agency/firm for whom the work was performed, and a contact person at the site with their telephone number and valid email address. The start and end months/years of the work, along with a brief description of duties, are also mandatory. References will be contacted to assess performance, underscoring the importance of accurate and verifiable information to evaluate a proposer's past performance and suitability for the contract.
    This government solicitation, RFQ #140FS226Q0017, is issued by the FWS SAT 2 team in Falls Church, VA, for Women-Owned Small Businesses (WOSB). It seeks proposals for concrete floor preparation, staining, and vinyl cove installation at the MN Valley NWR Visitor Center in Bloomington, MN. The project encompasses commercial services and requires a firm-fixed-price order award based on the best value, considering technical approach, experience, past performance, and price. Key submission requirements include a completed SF 1449 form, company information, and technical narratives detailing proposed techniques and equipment, along with references for up to three similar projects. A site visit is available on January 14th at 10 AM Central Time, and quotes are due by January 20, 2026, at 2:00 PM Eastern Time via email to dana_arnold@fws.gov. The solicitation incorporates various Federal Acquisition Regulation (FAR) provisions, including those related to System for Award Management (SAM) registration, telecommunications equipment, and certifications for small business status, veteran ownership, and other socio-economic categories.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MN-AGASSIZ NWR-DITCH CLEANING
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for a firm-fixed-price construction contract for the Agassiz National Wildlife Refuge ditch cleaning project in Middle River, MN. The primary objective is to remove sediment and vegetation from approximately 1,615 feet of the J.D. 11 Branch 201 drainage ditch to enhance water flow, with work to be completed by June 15, 2026. This project is crucial for maintaining the ecological integrity of the refuge and ensuring proper water management. Interested contractors must attend a mandatory site visit on January 21, 2026, and submit any questions by January 22, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    Z--FL- WELAKA NFH-GARAGE DOORS - BEECHER UNIT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for a construction project at the Welaka National Fish Hatchery (NFH), specifically for the replacement of seven manually opened garage doors at the Beecher Unit in Crescent City, Florida. The project requires the removal of existing doors and the installation of new hurricane-rated sectional doors, which must comply with Putnam County's wind load requirements, along with all necessary hardware and installation services. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated to be less than $25,000, and proposals are due by January 15, 2026, at 5:00 PM EST. Interested contractors should contact John Ferrall at johnferrall@fws.gov for further details and must ensure they are registered in the System for Award Management (SAM) prior to proposal submission.
    T--OR WAPATO LAKE NWR KIOSK AND PANELS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from qualified small businesses for the design, fabrication, and installation of an orientation kiosk, interpretive panels, and an entrance sign at the Wapato Lake National Wildlife Refuge in Sherwood, Oregon. The project aims to enhance visitor experience and education by incorporating local tribal art into the designs, which must comply with ADA guidelines. Interested contractors are required to submit their quotes by January 15, 2026, with the anticipated completion date set for November 1, 2026. For further inquiries, potential bidders can contact Kathryn Coltran at kathryncoltran@fws.gov.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.
    AK-BETHEL ADMIN SITE-WINDOW REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from qualified small businesses for a window replacement project at the Yukon Delta National Wildlife Refuge in Bethel, Alaska. The project involves the overhaul and replacement of existing window systems in nine government-owned residential houses, requiring contractors to furnish all labor, materials, equipment, and supervision to complete the work within 138 calendar days. This procurement is critical for maintaining the integrity and functionality of government housing, with an estimated contract value between $250,000 and $325,000. Interested contractors must submit their proposals by March 5, 2026, and can direct inquiries to Terrence Anderson at terrenceanderson@fws.gov.
    56--SB2 LIMESTONE MATERIALS FOR FWS CACHE RIVER NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of approximately 700 tons of SB2 limestone materials to be used at the Cache River National Wildlife Refuge (NWR) in Arkansas. The contractor will be responsible for tailgate spreading the limestone across five designated locations, ensuring a consistent application depth of three inches, with specific delivery requirements including a minimum of 100 tons per day during the performance period from January 6 to January 12, 2026. This procurement is a total small business set-aside, emphasizing the importance of locally sourced materials, and requires compliance with various federal regulations. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details and must acknowledge the solicitation amendment by the specified deadline to avoid rejection of their offers.
    OK-WICHITA MTNS RFG-CONCRETE DISPOSAL
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract for concrete demolition debris removal at the Wichita Mountains Wildlife Refuge in Indiahoma, Oklahoma. The project entails the removal of approximately 15,000 tons of concrete debris, including rebar, brick, and cinderblock, with options for an additional 6,000 tons, and requires compliance with federal regulations such as the Buy American Act and Davis-Bacon Wage Rates. This contract is crucial for restoring the site to its natural state and ensuring environmental protection, with a performance period of 180 days from the notice to proceed, and work expected to commence within 5 days. Interested small businesses must contact Shanen Fox at shanenfox@fws.gov or call 503-736-4469 for further details, with the project valued between $250,000 and $500,000.
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a 2,000-gallon above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing the existing tank with a new 1,000-gallon tank, reconnecting supply lines, and ensuring compliance with safety standards for emergency generator operations. This procurement is crucial for maintaining the operational integrity of the hatchery while adhering to environmental and safety regulations. Interested contractors should note that the period of performance is from January 20, 2026, to February 20, 2026, with a site visit scheduled for January 14, 2026, and quotes due by January 20, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
    HI ADMIN SITE BUNKHOUSE ROOF REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a firm-fixed-price construction contract to replace the roof of the Kapahulu Bunkhouse Administrative Site Building in Honolulu, Hawaii. The project entails the removal of old shingles, installation of new asphalt shingles, cleaning of gutters and vents, insulation repairs, and the disassembly and reassembly of rooftop solar panels. This roof replacement is crucial for maintaining the integrity and functionality of the facility, which supports the FWS's operations in the region. Interested contractors should note that the estimated project magnitude is between $50,000 and $150,000, with key deadlines including a site visit on January 26, 2026, questions due by February 2, 2026, and proposals due by February 10, 2026. For further inquiries, contact Jessica Tines at jessicatines@fws.gov.