Skip to content
Department of the Interior

AK-BETHEL ADMIN SITE-WINDOW REPLACEMENT

Solicitation: 140FC326R0002
Notice ID: 910e78016a5c7d69e28cb4645e2459db
DepartmentDepartment of the InteriorStateAKPostedDec 18, 2025, 12:00 AM UTCDueMar 05, 2026, 05:00 AM UTCCloses in 2 days

Federal opportunity from INTERIOR, DEPARTMENT OF THE. Place of performance: AK. Response deadline: Mar 05, 2026.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$67,616,604,020
Sector total $67,616,604,020 • Share 100.0%
Live
Median
$307,336
P10–P90
$30,236$4,976,638
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($67,616,604,020)
Deal sizing
$307,336 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
AK, US
State: US
Contracting office
Not listed

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Published Jan 16, 2026
Alaska • Anchorage, Bethel, Bristol Bay +16
Match signal: state match
Published Jan 02, 2026
Alaska • Anchorage, Bethel, Bristol Bay +16
Match signal: state match
Published Jan 02, 2026
Alaska • Denali, Fairbanks North Star, Nome +3
Match signal: state match
Published Jan 02, 2026
Alaska • Anchorage
Match signal: state match

Point of Contact

Not available

Agency & Office

Department
INTERIOR, DEPARTMENT OF THE
Agency
Not available
Subagency
Not available
Office
Procurement
Contracting Office Address
Not available

Description

This is a combined synopsis/solicitation for commercial project prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to perform commercial window overhaul and replacement services for multiple government-owned residential houses. The U.S. Fish and Wildlife Service, Yukon Delta National Wildlife Refuge in Alaska requires the overhaul and replacement of existing window systems in nine (9) nearly identical two-story government quarters elevated on pilings. Each unit features the same floorplan configuration, with mirrored layouts depending on location (see attachment). The current tilt-turn style windows, originally manufactured by Alaska Window in Fairbanks, have deteriorated and require full replacement. The estimated construction magnitude for this requirement is between $250,000.00 and $325,000.00, and the contractor will be required to provide 100% performance and payment bonds. Performance Location: Yukon Delta NWR Headquarters 807 Chief Eddie Hoffman HWY Bethel AK 99559 Anticipated performance period: The contractor shall complete all work within 138 calendar days from issuance of the Notice to Proceed (NTP). Wage Rates: General Wage Rate Decision Number: AK20250005 (05/16/2025) State: Alaska 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. The NAICS code is 236118 and the small business size standard is $45.0m. Instructions to offeror: It is mandated that all Small business contractors shall review all documentation and submit a proposal, which shall be considered final proposal by the agency. The contractor must show within the proposal 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 Alaska for window replacement/installation and disposal with proposal. Furthermore, additional details within statement of work (SOW) and attachments for additional details to create standard technical approach to the standard Award that will be made as a firm-fixed-price (FFP) 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 via email to the government point of contact in accordance with proposal formal details with solicitation number in the subject and 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. 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 Offerors shall submit proposals electronically via email in accordance with the instructions below. Failure to submit all required documents may result in the proposal being determined non-responsive. At a minimum, the proposal package shall include the following: 1.Signed Solicitation - The solicitation document shall be completed and signed by an individual authorized to bind the Offeror. 2.Price Proposal - A detailed price quote identifying all costs associated with performing the work in accordance with the Statement of Work (SOW). Pricing shall be inclusive of all labor, materials, equipment, overhead, profit, and incidental expenses. 3.Technical Capability / Approach - A brief narrative describing the Offeror(s) technical approach, understanding of the requirement, and ability to perform the work in accordance with the SOW. 4.Past Performance / Experience - A summary of relevant experience performing similar work, including project descriptions, locations, and points of contact. 5.Representations and Certifications - Confirmation that the Offeror(s) representations and certifications are current and accurate in the System for Award Management (SAM.gov). 6.Bonding Information - Evidence of the Offeror(s) ability to obtain performance and payment bonds in the amount required by the solicitation. Any and all questions shall be submitted via email only; no verbal questions will be accepted or answered. Please be sure to include the solicitation number in your proposal and in the subject line of any email submitted. Email Submission Instructions for Site Visit Requests, Questions, and Proposal Submissions: terrence_anderson@fws.gov Site Visit (2 visits): 2:00 PM (AK) Thursday, February 5, 2026 2:00 PM (AK) Thursday, February 19, 2026 Question Deadline Date: 12:00 PM PST ¿ Monday, February 23, 2026 Proposal Due: 12:00 pm PST ¿ Thursday, March 5, 2026 Solicitation Package include: -SAM.gov Announcement -SF1442 - Solicitation -Pricing/Bid Form -Clauses & Provisions (Terms and Conditions) Wage Rate Determination -Statement of Work (SOW) w/attachments To have a proposal 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.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.