WA-FWS SPRING CRK NFH-ROOF REPLACEMENT

Project ID: 140FC326Q0005 FederalOpportunitiesSolicitation
Overview
AgencyFish and Wildlife Service
Deadline02/06/26
Posted01/14/26
Estimated ValueNot Provided
Set AsideNone
NAICS238160 - Roofing Contractors
PSC5650 - Roofing And Siding Materials
Location61552 State Road 14 Underwood, WA 98651 USA
Description
Primary Latest Change

Summary

Posted: Jan. 14, 2026, 4:01 p.m. EST 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, Spring Creek National Fish Hatchery (NFH), 61552 State Road 14, Underwood, WA 98651. Removal of existing roof coating and application of new protective coating. Roof of the mechanical building at Spring Creek NFH. The purpose of this project is to restore the integrity of the roof by removing the existing deteriorated white coating, which is currently peeling and causing water to pool. A new protective coating will be applied to ensure proper drainage, prevent water damage, and extend the life of the roof. The Contractor must have demonstrated experience in commercial or federal roof coating projects, including surface preparation, coating removal, and application of protective roof coatings. The construction magnitude is estimated between $50,000 to $65,000.00. The office is located: USFWS - Spring Creek National Fish Hatchery

Underwood WA 98651

The anticipated performance period is from XXXX.

General Wage Rate Decision Number

WA20260120 01/02/2026 State: Washington County: Clark and Skamania Counties in Washington 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 238220 and the small business size standard is $19.0m. Instructions to offeror: All responsible small business sources shall review all documentation and submit a proposal, which shall be considered by the agency. The contractor must show within the quote relevant experience by demonstrate the ability to successfully complete as followed; all state and local law; provides appropriate licensed and certified within the state of Washington for roof overhaul with quote. Furthermore, see statement of work and attachments (1&2) for additional details to create technical approach to the standard Award that will be made as a firm-fixed-price contract. The basis of contract will be on technical approach and Price, as acceptability for this requirement below. Award of the contract will be made to a responsible source pursuant to FAR subpart 9.1. Please submit your quote with 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: A bid bond is required. 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 Proposals

1. Proposals shall be 8 1 2 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

XXXX

Question Deadline Date

XXX

Proposal Due

XXX

Solicitation Package

SF1449 - Solicitation

Pricing Form

Clauses & Provisions (Terms and Conditions) Wage Rate Determination Statement of Work (SOW) Three (3) 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.

Summary (Newest Update)

Background The U.S. Fish and Wildlife Service (USFWS) is issuing this solicitation for the removal of existing roof coating and application of a new protective coating at the Spring Creek National Fish Hatchery (NFH) located in Underwood, Washington. The goal of this project is to restore the integrity of the roof by removing the deteriorated white coating that is currently peeling and causing water pooling. The new protective coating will ensure proper drainage, prevent water damage, and extend the life of the roof. The contractor must have demonstrated experience in commercial or federal roof coating projects. Work Details The contractor shall furnish all labor, materials, equipment, and supervision required for the following work: - Removal of existing roof coating from the mechanical building at Spring Creek NFH. - Application of a new protective coating to restore roof integrity. - Ensure proper drainage and prevent water damage. The estimated construction magnitude is between $50,000 to $65,000. The contractor must provide evidence of relevant experience in similar projects. Period of Performance The anticipated performance period is from April 1, 2026 to June 1, 2026. Place of Performance The work will be performed at Spring Creek National Fish Hatchery, 61552 State Road 14, Underwood, WA 98651.

Current: Posted: Jan. 15, 2026, 2:20 p.m. EST 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, Spring Creek National Fish Hatchery (NFH), 61552 State Road 14, Underwood, WA 98651. Removal of existing roof coating and application of new protective coating. Roof of the mechanical building at Spring Creek NFH. The purpose of this project is to restore the integrity of the roof by removing the existing deteriorated white coating, which is currently peeling and causing water to pool. A new protective coating will be applied to ensure proper drainage, prevent water damage, and extend the life of the roof. The Contractor must have demonstrated experience in commercial or federal roof coating projects, including surface preparation, coating removal, and application of protective roof coatings. The construction magnitude is estimated between $50,000 to $65,000.00. The office is located: USFWS - Spring Creek National Fish Hatchery 61552 State Road 14 Underwood WA 98651 The anticipated performance period is from April 1, 2026 June 1, 2026. Wage Rates: General Wage Rate Decision Number: WA20260120 01/02/2026 State: Washington County: Clark and Skamania Counties in Washington 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 238220 and the small business size standard is $19.0m. Instructions to offeror: All responsible small business sources shall review all documentation and submit a proposal, which shall be considered by the agency. The contractor must show within the quote relevant experience by demonstrate the ability to successfully complete as followed; all state and local law; provides appropriate licensed and certified within the state of Washington for roof overhaul with quote. Furthermore, see statement of work and attachments (1&2) for additional details to create technical approach to the standard Award that will be made as a firm-fixed-price contract. The basis of contract will be on technical approach and Price, as acceptability for this requirement below. Award of the contract will be made to a responsible source pursuant to FAR subpart 9.1. Please submit your quote with 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: A bid bond is required. 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 Proposals: 1. Proposals shall be 8 1 2 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: 12:00 PM 1:00 PM PST, Thursday, January 21, 2025 Question Deadline Date: 11:00 PM PST, Friday, January 26, 2026 Proposal Due: 1:00 PM EST, Friday, February 6, 2026 Solicitation Package: SF1449 - Solicitation Pricing Form Clauses & Provisions (Terms and Conditions) Wage Rate Determination Statement of Work (SOW) Three (3) 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.
Contacts
Contact nameAnderson, Terrence
Contact emailterrence_anderson@fws.gov
Contact phone(682) 294-0280
Same Region Opportunities

Tank

Agency: DLA Land and Maritime

Location: Washington

NAICS: 332420

Epoxy Primer

Agency: DLA Land and Maritime

Location: Washington

NAICS: 325510