SOURCES SOUGHT
Z -- Z--TN DALE HOLLOW NFH HATCHERY STRM REPAIR
- Notice Date
- 7/28/2025 2:03:07 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- FWS, SAT TEAM 1 Falls Church VA 22041 USA
- ZIP Code
- 22041
- Solicitation Number
- 140FGA25Q0045
- Response Due
- 8/11/2025 2:00:00 PM
- Archive Date
- 08/15/2025
- Point of Contact
- Ikner, Thomas, Phone: 0000000000
- E-Mail Address
-
thomas_ikner@fws.gov
(thomas_ikner@fws.gov)
- Description
- This is a Sources Sought Notice for the purposes of conducting market research and obtaining industry information ONLY. This is NOT a request for proposal, quotation, or bid, nor a synopsis of a proposed action under FAR Subpart 5.2. No reimbursement will be made for any costs associated for providing information in response to this synopsis or on any follow up information. No solicitation is currently available. The U.S. Fish & Wildlife Service (USFWS) will use information obtained through this synopsis as well as other market research to develop an acquisition strategy. Summary: The USFWS is anticipating the solicitation and award of one firm fixed price construction contract. The contractor shall supply all materials, labor, supplies, equipment, and any other incidentals to perform all operations required to complete the work in conformance with the statement of work, drawings, specifications, and all current codes. The work is located in the Dale Hollow NFH located at 145 Fish Hatchery Road, Celina, TN 38551, Clay County. See the attached statement of work, as well as the drawings and specifications, which detail all major project elements. The primary NAICS code for this acquisition will be 237990 � Other Heavy and Civil Engineering Construction. The corresponding size standard is $45 Million. The Product Service Code (PSC) for this acquisition will be Z2QA � Repair or Alteration of Restoration of Real Property. Construction Magnitude: Between $250,000 and $500,000 Response Requirements: All business categories are invited to respond. Responses must include the following: � Unique Entity Identifier (UEI) number and business type (i.e. ISBEE, Large Business, Small Business, (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), 8(a) Program or other. � Document capability by providing a narrative response detailing a minimum of two (2) and a maximum of (5) projects similar to those detailed above. Project information shall include final price, location, date, and a narrative description. � Include a statement detailing capacity to accomplish work required by the Service. � The SOLICITATION will be available electronically only and will be posted to https://www.SAM.gov website on or about 8/15/2025. Responses shall be emailed to Thomas Ikner (Thomas_ikner@fws.gov) no later than 8/10/2025 at 3:00 PM Eastern Time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2be505ad09ae4b5198293828b7bbd52c/view)
- Record
- SN07527198-F 20250730/250728230135 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |