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
    Loading similar opportunities...