SOLICITATION NOTICE
Z -- WA-DUNGENESS NWR-HEADQUARTERS PAINTING
- Notice Date
- 2/24/2026 4:52:21 AM
- Notice Type
- Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- FWS CONSTRUCTION & A/E - BIL/DISASTER Falls Church VA 22041 USA
- ZIP Code
- 22041
- Solicitation Number
- 140FC326Q0014
- Response Due
- 3/11/2026 9:00:00 AM
- Archive Date
- 03/26/2026
- Point of Contact
- Anderson, Terrence, Phone: 6822940280
- E-Mail Address
-
terrence_anderson@fws.gov
(terrence_anderson@fws.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. U.S. Fish and Wildlife Service, Dungeness NWR Washington Maritime NWR Complex, Washington has a requirement for a project is to provide all labor, supervision, equipment, materials, and incidentals necessary to prepare and paint the exterior surfaces of a single-story building in order to preserve building materials, improve appearance, and extend the service life of the Washington Maritime National Wildlife Refuge Complex (WMNWRC or Complex) facility. The purpose of this work is all Contractor shall furnish all labor, materials, tools, equipment, and supervision required to perform exterior surface preparation and painting in accordance with this Statement of Work, applicable safety regulations, manufacturer recommendations, and standard commercial practices. The office is located: Washington Maritime National Wildlife Refuge Complex (WMNWRC or Complex) 715 Holgerson Rd, Sequim WA 98382-7150 The Period of Performance - June 1, 2026 � August 1, 2026, 60 calendar days from issuance of the Notice to Proceed (NTP) or contingent upon contract award. Wage Rates: General Wage Rate Decision Number: WA20260022 01/02/2026 State: Washington County: Clallam County This Request for Proposal (RFP) is a TOTAL SMALL BUSINESS SET ASIDE and is conducted under the procedures of FAR Parts 12 and 13, incorporating provisions and clauses in effect through Federal Acquisition Circular 2024-03. The NAICS code is 238320 and the small business size standard is $19.0m. Instructions to offeror: All responsible small business sources shall review all documentation and submit a quote, which shall be considered by the agency. The contractor must show within the bid relevant painting of exterior buildings similar to the size addressed within the Statement of Work in a matter that Meet or Exceed; past experience by demonstrates the ability to successfully complete as follows; with state and local laws; proof of appropriate licensed or certified within the state of Washington for building painting service. Furthermore, see statement of work and attachment 1 photos. Review entirety of solicitation packet � see section L & M for details to create technical approach to the standard contract award that will be made as a firm-fixed-price contract. The basis of contract will be on technical conditions, past performance, and Price, as acceptability for this requirement (section L&M). Award of the contract will be made to a responsible source pursuant to FAR subpart 9.1. Please submit your bid with subject title solicitation number & title; solicitation document (showing unit and total price) on company letterhead; Pricing Form; SAM.gov UEI code; point of contact phone number and e- mail address. Refer to FAR provision 52.212-1 Instructions to Offerors � Commercial Items for additional submission guidance and include a copy of FAR provision 52.212-3 Offeror Representations and Certifications -- Commercial Items with applicable sections completed. Bonds: Contractors are reminded that any amount awarded over $35,000 requires submission of a Payment Bond. Any amount over $150,000.00 requires both payment and performance bonds. Bonds are due no later than 10 calendar days after award. Due to the project magnitude, both payment and performance bonds will be required. Format for Quotes: 1. Quote shall be 8 ��x 11� 2. A page is defined as one face of a sheet of paper containing information 3. Typing shall not be less than 12 pitches (Times New Roman/Ariel/Etc.), 1-inch border, no artistic script fonts for readability 4. Elaborate formats, bindings or color presentations are not desired or required Any and all questions shall be submitted via email only; no verbal questions will be accepted. Please be sure to include the solicitation number in your proposal and in the subject line of any email submitted. E-Mail Submission for Questions & Proposals: terrence_anderson@fws.gov Site Visit: 10:00 AM � 11:00 AM PST - March 3, 2026 Question Deadline Date: 12:00 PM PST � March 5, 2026 Proposal Due: 10:00 am PST � March 11, 2026 Solicitation Package: -SF1449 - Solicitation -Pricing Form -Clauses & Provisions (Terms and Conditions) Wage Rate Determination -Statement of Work (SOW) -One (1) Attachments In order to have a quote considered for award, respondent must be registered at the System for Award Management (SAM) website (https://www.sam.gov ) as an active vendor by the time an award decision is necessary.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2b1e298505184b0bb4aa8035962a2fa0/view)
- Record
- SN07725305-F 20260226/260224230039 (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 |