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 separate written solicitation will not be issued.
The U.S. Fish & Wildlife Service (FWS), Modoc NWR in Alturas, Modoc County, California needs a contractor for a project consists of repairing and/or replacing deteriorated brick and mortar at four locations associated with Quarters 14 at Modoc National Wildlife Refuge in Alturas, California. Work includes repairing structural cracks, replacing damaged brick sections, restoring brick features to a safe and functional condition, and repairing the fireplace chimney to improve proper drafting and operation. See details of the scope from the Statement of Work (SOW) and attachments.
The construction magnitude is estimated to be between $190,000 to $210,000.00.
The office is located-
USFWS - Modoc National Wildlife Refuge (MNWR)
Quarters 14, 5364 County Road 115
Alturas, California 96101
The anticipated performance period shall be completed within 169 days of Notice to Proceed (NTP) being issued.
Wage Rates-
General Wage Rate Decision Number- CA20260007 (01/23/2026)
State - California
County - Alpine, Amador, Butte, Colusa, El Dorado, Glenn, Lassen, Marin, Modoc, Napa, Nevada, Placer, Plumas, Sacramento, Trinity, Yol and Yuba Counties in California
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 238140 - Masonry Contractors is and the small business size standard is $19.0m.
INSTRUCTION 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 demonstrate relevant experience and the ability to successfully perform the work in accordance with all applicable state and local laws. Contractors shall possess all required California licenses and certifications and demonstrate positive past performance with the installation, repair, and restoration of brick structures, including buildings and walls. Offerors shall structure their bid to clearly identify relevant project experience, applicable licenses and certifications, and examples of prior completed work of similar scope and complexity.
Offerors shall submit QUOTE electronically via email in accordance with the instructions below. Failure to submit all required documents may result in the proposal being determined non-responsive.
Furthermore, read the entity¿s statement of work and attachments 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 proposal 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(S) - 10:00 - 3:00 PM PST - Monday, May 18, 2026, & Tuesday, May 19, 2026
QUESTION DEADLINE DATE - 12:00 PM PST - Friday, May 22, 2026
PROPOSAL/BID DUE DATE - 11:00 am PST - Friday, May 27, 2026
Solicitation Package:
- Solicitation Announcement
- SF1449-Solicitation
- Pricing Form
- Clauses & Provisions (Terms and Conditions) Wage Rate Determination
- Statement of Work (SOW)
- SOW Attachment(s)
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.