The solicitation (140FS226Q0005) is a Request for Quotation (RFQ) issued by FWS, SAT Team 2, for the Bowdoin National Wildlife Refuge. The project involves replacing existing lights and fixtures with high-output LED fixtures in the Maintenance Shop and Cold Bay, including removal and proper disposal of old materials. This is a 100% Total Small Business set-aside, firm-fixed price contract. The solicitation closes on December 18, 2025, at 1700 ES. A site visit is encouraged. Offers will be evaluated based on best value, considering adherence to the scope of work, completion date, past experience, and price, with conformance to the Scope of Work being more favorable than price. Quotes and questions must be emailed to jeremy_riva@fws.gov. The period of performance for the light replacement is from December 29, 2025, to February 15, 2026. Invoices are to be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP). The document includes various FAR clauses related to contract terms, conditions, and representations, with some deviations noted, and a wage determination for Phillips County, Montana.
The Bowdoin National Wildlife Refuge seeks an electrical contractor (NAICS 238210) to replace existing lighting fixtures with energy-efficient LED alternatives in its shop and cold bay storage buildings. The project, identified as 140FS226Q0005, involves removing and replacing wall pack, high bay, fluorescent, and explosion-proof fixtures and lamps. Specifics include replacing 6 wall packs and 3 high bays in the shop, along with converting 12 four-lamp and 15 two-lamp fluorescent fixtures to LED, and replacing bulbs in 2 explosion-proof jelly jar fixtures. In the cold bay, 4 two-lamp fluorescent fixtures will be converted and 6 high bay fixtures replaced. Proper disposal of all removed ballasts and lamps is mandatory. The requested completion date is February 15, 2026, with an anticipated award date in late December 2025. A site visit is encouraged but not required. Quality control will adhere to industry standards, and government acceptance is contingent upon the successful and operational completion of all listed items, compliant with state and federal codes. Aaron Griffith is the primary technical coordinator.