Sign up to access Documents
Signup now
PA LAMAR NFH & NE FSHRY CTR REHAB FISH Feed House Building Design/Build
This is NOT the official solicitation; it may be found by searching for "140FC225R0016" upon its release. This is a pre-solicitation announcement for the Department of the Interior - U.S. Fish & Wildlife Service (FWS) in pursuit of increased competition. A Request for Proposal will be issued on Contract Opportunities (SAM.gov) website on or about July 17, 2025, for construction project 0040658099 entitled “Feed House Building Rehabilitation Design/Build” for the FWS LAMAR NFH AND NE FSHRY CTR located at: 227 Washington Ave., Lamar, PA 16848. This announcement is a Total Small Business Set Aside. The FWS is seeking a qualified DESIGN-BUILD Contractor to furnish all tools, equipment, material, permits, labor, and supervision necessary to accomplish, the work as provided in the contract documents, plans, and specifications, a summary of which is provided below:
The services required will include all the design and preparation of construction plans and specifications, and construction of the new Feed House Building. This project is located at 227 Washington Ave., Lamar, PA 16848. The Contractor shall furnish all design, labor, material, equipment, supervision, As-Built Documentation, and all other related information for the project in accordance with the specifications, drawings, and statement of work.
Period of Performance: 410 calendar days after receipt of the Notice to Proceed.
The North American Industry Classification Code (NAICS) for this procurement is 236220 - Commercial and Institutional Building Construction and size standard $45 Million applies. In accordance with FAR 36.204, disclosure of the magnitude of this construction project is Between $1,000,000 and $5,000,000. The Government intends to award a Firm Fixed Price Contract. This notice is for informational purposes only and is not a request for submission of offers. No other information regarding scope, dates, etc. is available until issuance of the solicitation via Contract Opportunities.
The two-phase design-build selection procedures authorized by 10 U.S.C. 3241 and 41 U.S.C.3309 shall be used by issuance of two solicitations consecutively; the first phase publicly, and the second phase will be issued only amongst the offerors selected from the first phase. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the FWS will provide no hard copies. The solicitation, consisting of various proposal documents, specifications, forms, and drawings will be available for download at no charge only from the Contract Opportunities website when the solicitation is issued. Phase 1 Proposals shall be due no later than the date/time specified in the solicitation. Further details of all dates and events, including site visits, will be available in the solicitation. Contract Opportunities is the only website where official solicitation documents will be made available.
All interested offerors (prime contractors & subcontractors) should register at Contract Opportunities so that others will know of your interest in participating in this procurement. A bidder's list is not maintained nor distributed by the Contracting Officer, as it is the offeror's responsibility to register at the Contract Opportunities website. Offerors are advised that they are responsible for obtaining all solicitation documents and acknowledging any amendments and should re-visit the Contract Opportunities website periodically to check for any changes to this announcement or pending solicitation. Prospective contractors shall complete electronic annual representations and shall be registered in the System for Award Management (SAM) at http://www.sam.gov.
No other information regarding scope, dates, etc. is available until issuance of the solicitation.