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, Makah National Fish Hatchery, Washington has a requirement for a project procuring installation of Ductless Mini-Split Heat Pump Systems for Residential (3) Government-owned residential quarters. The purpose of this work is to improve temperature control within the residential spaces to support equipment protection, functionality, and safe working conditions.
The construction magnitude is estimated to be between $10,000 to $19,000.00.
The office is located:
Makah National Fish Hatchery
897 Hatchery Road
Neah Bay, WA 98357
The Government anticipates a ninety-one (91) day period of performance from March 23, 2026, through June 22, 2026, contingent upon contract award.
Wage Rates:
General Wage Rate Decision Number: WA20260081 01/02/2026
State: Washington
County: Clallam County
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 quote, which shall be considered by the agency. The contractor must show within the proposal relevant HVAC specifications that Meet or Exceed; 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 HVACs with installation/delivery.
Furthermore, see statement of work and attachment 1 ¿ specification details to create technical approach to the standard contract award that will be made as a firm-fixed-price contract. The basis of contract will be on technical specification 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:
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 Quotes:
1. Quote 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: 1:00 PM ¿ 2:00 PM PST - Tuesday, February 17, 2026
Question Deadline Date: 12:00 PM PST ¿ Friday, February 20, 2026
Proposal Due: 12:00 pm PST ¿ Friday, March 6, 2026
Solicitation Package:
¿SF1449 - Solicitation
¿Pricing Form
¿Clauses & Provisions (Terms and Conditions) Wage Rate Determination
¿Statement of Work (SOW)
¿One (1) Attachment
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.