54--OK-WICHITA MTNS WDLF RFG-GAOA-TINY HOMES
ID: 140FGA25R0018Type: Solicitation
AwardedSep 25, 2025
$448.4K$448,350
AwardeePARLIAMENT LLC 2427 BRENTWOOD RD Beachwood OH 44122 USA
Award #:140FGA25C0028
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, GAOAFalls Church, VA, 22041, USA

NAICS

Manufactured Home (Mobile Home) Manufacturing (321991)

PSC

PREFABRICATED AND PORTABLE BUILDINGS (5410)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the acquisition of four tiny homes to be delivered to the Wichita Mountains Wildlife Refuge (WMWR) in Indiahoma, Oklahoma. The procurement includes three standard units and one ADA-compliant unit, aimed at replacing outdated bunkhouse facilities and providing temporary housing for personnel involved in Refuge activities. This initiative is significant for enhancing operational efficiency and reducing costs in emergency response, with all homes designed to meet modern energy-efficient standards and accessibility regulations. Interested small businesses must submit their quotes by July 14, 2025, with a performance period from July 31, 2025, to October 29, 2025. For further inquiries, contact Shanen Fox at shanen_fox@fws.gov or call 503-736-4469.

    Point(s) of Contact
    Files
    Title
    Posted
    The Wichita Mountains Wildlife Refuge (WMWR) is soliciting bids for four tiny homes, aimed at replacing outdated bunkhouse facilities. These tiny homes will provide temporary housing for personnel involved in various Refuge activities, contributing to significant cost savings and improved efficiency in emergency response. The project includes three standard homes (510 sq. ft) and one ADA-compliant unit (682 sq. ft), all featuring energy-efficient designs and modern amenities like HVAC systems, USB outlets, and luxury vinyl flooring. The selected vendor must be within 250 miles of WMWR to ensure timely delivery and installation, which should occur within 90 days of contract award. The Refuge will handle the construction of site infrastructure, including water and electrical hookups. The detailed specifications outline construction, plumbing, electrical systems, and aesthetic features, ensuring compliance with modern building standards and accessibility regulations. Overall, this initiative underscores WMWR's commitment to enhancing facilities for personnel while minimizing maintenance costs and environmental impact.
    The document outlines a series of government Requests for Proposals (RFPs) and federal grants related to various projects at the state and local levels. The primary focus is on streamlining the processes involved in governmental procurement to enhance efficiency and transparency. Central themes include the evaluation criteria for bids, eligibility requirements for interested vendors, and the documentation needed for submission. Additionally, the file stresses compliance with regulatory frameworks and the need for bidders to demonstrate their capabilities to meet the project specifications. Key ideas promote the importance of collaboration among stakeholders, adherence to timelines, and the significance of budget management to ensure projects are completed within financial constraints. The document serves as a foundational guideline for potential contractors, detailing expectations from the proposals submitted to the government. It aims to foster a competitive environment that prioritizes quality and compliance while addressing community needs through effective government spending. Overall, the emphasis on structured proposal submission and evaluation processes underscores the government's commitment to responsible stewardship of public funds.
    The document outlines Amendment 1 to solicitation number 140FGA25R0018, pertaining to a federal project for the Wichita Mountains Wildlife Refuge (WMWR). The amendment addresses the requirement for four tiny homes, specifically three standard units and one ADA-compliant unit. It serves to respond to inquiries received about the solicitation, with a clear stipulation that no additional questions will be entertained due to the passed deadline. The amendment emphasizes that all offerors must acknowledge receipt by specified communication methods or risk rejection of their offers. This solicitation is set aside for small businesses, under a firm fixed-price agreement. The period of performance is scheduled from July 31, 2025, to October 29, 2025. The document retains the original conditions of previous directives unless modified within this amendment. Overall, the amendment serves as a procedural update to ensure compliance with solicitation requirements, reflecting the federal government's structured approach to procurement and project execution.
    The document is a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service (FWS) for the acquisition of four tiny homes, including three standard units and one ADA-compliant unit, to be delivered to the Wichita Mountains Wildlife Refuge in Indiahoma, Oklahoma. The RFQ is designated as a total small business set-aside, and the submission will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Quoters are required to provide detailed specifications and proof of compliance with construction standards, including adherence to safety regulations and the ability to meet delivery deadlines. The performance period is from July 31, 2025, to October 29, 2025, with a submission deadline for quotes set for July 14, 2025. Questions regarding the solicitation must be submitted in writing by June 27, 2025. The document outlines specific technical acceptability factors, including capacity, quality of materials, and adherence to ADA regulations. The requirement for comprehensive documentation ensures that all bids will be evaluated not just on price but also on the capability to meet technical and safety standards. This RFQ exemplifies government procurement processes aimed at increasing participation from small businesses while ensuring compliance with federal acquisition regulations.
    The document is a "Sources Sought" notice aimed at soliciting information from interested and capable firms. It requires firms to provide essential details, including their name, contact information, size status, and any relevant Small Business Administration (SBA) certifications. Potential certifications include small business designations such as Women Owned, Economically Disadvantaged Women Owned, HUBZone, and Service Disabled Veteran Owned Small Business, among others. Firms must also submit a capability statement summarizing their abilities, either within the form or as an attachment. All submissions must be emailed by 10:00 AM PT on June 2, 2025, referencing the identifier number 140FGA25R0018 in the subject line. The notice emphasizes that no additional specifications or clarifications will be available during this period, limiting further inquiries. This document serves as a preliminary request for information from businesses looking to participate in potential federal contracting opportunities, aligning with standard practices for federal RFPs and grants.
    The U.S. Fish & Wildlife Service (USFWS) issued a Sources Sought Notice to gather information for a future contract involving the acquisition of tiny homes at the Wichita Mountains Wildlife Refuge (WMWR). The project anticipates securing one firm fixed price contract for the delivery, setup, and installation of three standard and one ADA-compliant tiny home units. Each unit will feature specific design and construction requirements, including energy efficiency certifications, particular dimensions, and ADA accessibility compliance. Additional specifications cover plumbing, electrical systems, and interior finishes, ensuring functionality and comfort. The document outlines that the contract performance period is expected to be 90 days following the award. Vendors responding to this notice are required to submit a questionnaire and must be located within a 250-mile radius of the refuge to ensure efficient service and warranty coverage. The primary purpose of the notice is to collect market information to establish a strategic acquisition plan, not to solicit formal proposals at this time. Interested parties must submit responses by June 2, 2025, detailing their capabilities in accordance with the provided guidelines.
    The document provides a series of questions and answers regarding Solicitation No. 140FGA25R0018 for the procurement of four tiny homes. Key topics include contractor qualifications, warranty requirements, and specifications for finishes and materials. It confirms that subcontractors may be located within 250 miles of Indiahoma, OK, and that factory tours will occur post-contract award. The document clarifies submission deadlines, with proposals due by July 14, 2025, and details about HVAC options for ADA units, material acceptability for construction, and post-delivery modifications. Specific details on ADA compliance for exterior doors highlight that a proposed 36x74 door does not meet height standards. The document concludes that the 6/12 roof pitch is a firm requirement to achieve desired interior aesthetics. Overall, this Q&A document serves to clarify aspects of the RFP, ensuring contractors have the necessary information for compliant and competitive submissions.
    Similar Opportunities
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    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 jeremyriva@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.
    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.
    Tiny Home
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking contractors to provide a prebuilt modular Tiny Home, designed for four-season use, at Fort Drum, NY. The project requires a comprehensive construction that includes specific features such as a screened-in porch, modern kitchen appliances, a full bathroom, and a robust fire protection system, all adhering to various safety and building codes. This procurement is crucial for personnel housing and aims to enhance living conditions for military staff. Interested small businesses must contact Carrie Lawton at carrie.l.lawton.civ@army.mil or call 315-772-1065 for further details, as this opportunity is set aside for total small business participation.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Idaho. This procurement is a total small business set-aside under NAICS code 325320, and the award will be based on the Lowest Price Technically Acceptable (LPTA) offer, requiring products with specified active ingredients or approved equivalents registered for use in Idaho. The herbicides are crucial for maintaining the ecological balance and health of the refuge by managing invasive plant species. Quotes are due by December 22, 2025, at 1300 EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov. Vendors must also be registered with SAM.gov to be eligible for consideration, with delivery required within 30 days of contract award.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks must match existing models and meet specific requirements, including features such as a 22-inch screw lid, internal supports, and compliance with ANSI/NSF 61 for potable water. The tanks will be utilized to store potable water for wildlife in drought-prone areas, emphasizing their importance in supporting local ecosystems. Interested small businesses must submit their quotes by December 22, 2025, at 5:00 pm EST, with the contract period of performance set from December 29, 2025, to February 16, 2026. For inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.