ENTIATE NFH - Rehabilitation of Well#1 Facility
Solicitation from US FISH AND WILDLIFE SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 13, 2026. Industry: NAICS 237110 • PSC Z2NE.
Market snapshot
Awarded-market signal for NAICS 237110 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 237110
Description
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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.