Closed Solicitation · DEPARTMENT OF THE INTERIOR

    ENTIATE NFH - REHABILITATION OF WELL#1 FACILITY

    Sol. 140FC326Q0011SolicitationFalls Church, VA
    Closed
    STATUS
    Closed
    closed Mar 13, 2026
    POSTED
    Feb 24, 2026
    Publication date
    NAICS CODE
    237110
    Primary industry classification
    PSC CODE
    Z2NE
    Product & service classification

    AI Summary

    The U.S. Fish and Wildlife Service is seeking proposals for the rehabilitation of Well #1 at the Entiat National Fish Hatchery. The project aims to restore the well's capacity and operational integrity, with an estimated budget of $40,000 to $55,000. This is a total small business set-aside opportunity, and proposals are due by March 13, 2026.

    Contract details

    Solicitation No.
    140FC326Q0011
    Notice Type
    Solicitation
    Posted Date
    February 24, 2026
    Response Deadline
    March 13, 2026
    NAICS Code
    237110AI guide
    PSC / Class Code
    Z2NE
    Primary Contact
    Anderson, Terrence
    State
    VA
    ZIP Code
    22041
    AI Product/Service
    service

    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 only solicitation; quotes are being requested and a separately written solicitation will not be issued. Outlined below is a brief description of the critical matters requiring attention.

    The U.S. Fish and Wildlife Service (FWS), Entiat National Fish Hatchery, located at 6970 Fish Hatchery Drive, Entiat, Washington 98822, is procuring construction services for the rehabilitation of Well #1 in order to restore the well to its original design conditions. The scope of work includes removing the existing well motor, pump, and line shaft from a 75-foot-deep well, followed by cleaning and rehabilitating the well casing. The pump is currently set at a depth of approximately 60 feet, and the well consists of a 20-inch slotted casing.

    The purpose of this project is to restore the structural and operational integrity of Well #1 to achieve an estimated production capacity of approximately 400 gallons per minute (GPM) at 25 pounds per square inch (psi). Currently, Well #1 is producing approximately 175 GPM at 5 psi, which is significantly below the original performance levels. Rehabilitation is required due to deterioration of the existing internal white coating, which is peeling and contributing to reduced efficiency and water pooling within the well system.

    The Contractor must have demonstrated technical approach and experience in commercial well rehabilitation or well overhaul projects, including removal and reinstallation of well pumps and motors, mechanical cleaning of well casings, and performance of activities necessary to restore capacity and operational performance. See the solicitation (section L& M) and Statement of Work (SOW) with attachments for more information.

    The construction magnitude is estimated to be between $40,000 to $55,000.00.

    The office is located:

    USFWS - Entiat National Fish Hatchery
    6970 Fish Hatcher Drive
    Entiat, WA 98822

    The anticipated performance period is from April 1, 2026 ¿ June 30, 2026.

    Wage Rates:
    General Wage Rate Decision Number: WA20260103 01/02/2026
    State - Washington
    County - Chelan County 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 2025-06 effective date 10/01/2025. The NAICS code is 237110 and the small business size standard is $36.5m.

    Instructions to offeror:

    Contractors are responsible for reviewing the entire solicitation package, including all sections, attachments, and amendments. Submission of an offer constitutes acknowledgment that the Contractor has read, understands, and agrees to comply with all solicitation requirements. All small business contractor 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 ½¿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 4, 2026
    QUESTION DEADLINE - 10:00 AM PST, March 9, 2026
    PROPOSAL DUE DATE - 12:00 PM PST, March 13, 2026

    SOLICITATION PACKAGE:
    - Solicitation Announcement
    - 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.

    Key dates

    1. February 24, 2026Posted Date
    2. March 13, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    ENTIATE NFH - REHABILITATION OF WELL#1 FACILITY is a federal acquisition solicitation issued by DEPARTMENT OF THE INTERIOR. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.