MT BOWDOIN NWR MAIN SHOP LIGHTS
ID: 140FS226Q0005Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremy_riva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    MI-MARQUETTE BS-TRUCK REPAIR
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking proposals for vehicle repair services for a government-owned 2024 Chevy 2500 Ext. Cab 4x4 involved in an accident at the Marquette Biological Station. The contractor will be responsible for restoring the vehicle, which includes repairs to various components such as the cab, side impact sensors, rear door, and conducting complete vehicle diagnostic testing. This procurement is crucial for maintaining the operational readiness of government vehicles used in wildlife service activities. Interested contractors must submit their quotations by December 8, 2025, at 10 AM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289. The contract period will extend from the award date through June 30, 2026.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    23--CHARLES M RUSSELL NWR - Bumper Pull Dump Trailer
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for a Bumper Pull Dump Trailer for the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana. The procurement requires a trailer that meets specific technical specifications, including dimensions, axle capacity, and various components such as electric brakes and LED lights, with delivery to be made to the refuge facility. This equipment is essential for the refuge's operational needs, supporting wildlife management and habitat maintenance efforts. Proposals are due by December 11, 2025, at 10 AM Eastern Time, and must be submitted via email to Dana Arnold at danaarnold@fws.gov, with the contract period of performance set from December 18, 2025, to June 5, 2026.
    37--OR-FWS SHELDON-HART-GRADER PUSH BLADE
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations from small businesses for a firm-fixed-price contract to procure a front-mounted push blade for a John Deere 672G Motor Grader. The key specifications for the push blade include a width of 8-10 feet, a 4-pin mount, and hydraulic movement, with delivery required at the Sheldon-Hart Mountain National Wildlife Refuge Complex in Lakeview, Oregon, where no loading dock is available. This procurement is essential for maintaining the operational efficiency of the refuge's equipment. Quotes are due by December 5, 2025, at 1:00 PM Eastern Time, and interested offerors must be registered with SAM.gov. For further inquiries, contact Marshall Richard at marshallrichard@fws.gov.
    AK SAIC ANCHORAGE HYDRATION STATION
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the selected contractor to provide all necessary labor, materials, tools, and equipment, ensuring compliance with local building codes and federal regulations, including environmental and historical preservation standards. This installation is crucial for enhancing operational efficiency and ensuring the well-being of personnel at the facility. The total construction cost is estimated to be less than $25,000, with a completion deadline set for December 31, 2025. Interested contractors can reach out to Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792 for further details.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    F--Invasive Species Control, Missisquo NWR, VT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for invasive species control at the Missisquoi National Wildlife Refuge in Swanton, Vermont. The project aims to eradicate invasive plant species across approximately 41 acres of grasslands, with a performance period scheduled from July 1 to July 20, 2026. This initiative is crucial for improving habitat for nesting birds and ensuring environmental sustainability. Interested small businesses must submit their quotes by December 8, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    FCI Marion - Replace High Mast Light #4
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is preparing to solicit bids for a construction contract to replace High Mast Light 4 at the Federal Correctional Institution (FCI) in Marion, Illinois. The project involves the removal of an existing 100-foot high mast pole and lighting fixture, followed by the installation of a new pole, cables, wires, and LED fixtures, all in compliance with local codes and specifications. This procurement is significant for maintaining safety and security lighting at the facility, with an estimated project value between $100,000 and $250,000. Interested small businesses must register in the System for Award Management (SAM) and monitor the Contract Opportunity website for the solicitation, expected to be posted around December 22, 2025. For further inquiries, potential bidders can contact Luke Bonner at lbonner@bop.gov.
    F--Invasive Species Treatment at Coldwater River NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the Invasive Species Treatment at Coldwater River National Wildlife Refuge in Grenada, Mississippi. The project involves the removal of invasive Chinese tallow trees across a 56-acre area, with a goal of achieving a 95% control rate within four to six months post-treatment, utilizing approved herbicides and adhering to environmental protection guidelines. This small business set-aside contract, with an estimated performance period from January 5, 2026, to September 30, 2026, emphasizes technical and past performance in its evaluation criteria, with quotes due by December 22, 2025. Interested parties should contact Contract Specialist Fred Riley at fredriley@fws.gov for further details and ensure they acknowledge the solicitation amendment by the specified deadline.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.