V--Synopsis - HI MIDWAY ATOLL NWR VESSEL CHARTER
ID: 140F0S25Q0012Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, OVER SAT G/SFalls Church, VA, 22041, USA

NAICS

Deep Sea Freight Transportation (483111)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 12:00 AM UTC
Description

The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking small businesses to provide vessel charter services for transporting supplies, fuel, and personnel between Honolulu, Hawaii, and various islands within the Papahānaumokuākea Marine National Monument, including Midway Atoll. The contract, which will be awarded as a single Indefinite Delivery Indefinite Quantity (IDIQ) agreement, aims to facilitate the delivery and return of cargo, including hazardous materials, while adhering to strict biosecurity policies to prevent the introduction of invasive species. This procurement is crucial for supporting conservation efforts and managing wildlife resources within this designated marine area, ensuring compliance with U.S. Coast Guard regulations and environmental standards. Interested vendors can submit comments and proposals in response to the forthcoming solicitation, with inquiries directed to Robert Sung at robert_sung@fws.gov or by phone at 503-872-2825.

Point(s) of Contact
Files
Title
Posted
The Papahānaumokuākea Marine National Monument RFP outlines the requirements for a vessel charter from Honolulu to transport supplies, fuel, and personnel to various islands within the Monument, including Midway Atoll and Kure Atoll. The contractor must make multiple trips per year, delivering cargo such as fuel, dry goods, and equipment, while also adhering to strict biosecurity measures to prevent the introduction of invasive species. Key responsibilities include conducting thorough inspections of vehicles and fuel tanks, ensuring a rodent-free environment, and maintaining compliance with USCG regulations. Crew members must provide safe and timely transport of supplies and personnel while following all environmental protocols during operations. The project emphasizes the importance of environmental protection, safety compliance, and the logistics of marine transport for conservation efforts within the Monument. Overall, this document serves as a detailed guide for contractors to understand their operational requirements and responsibilities in support of the Federal government's conservation initiatives in the Papahānaumokuākea Marine National Monument.
Apr 11, 2025, 3:13 PM UTC
The document outlines a Blanket Purchase Agreement (BPA) pertaining to vehicle maintenance and repairs for the U.S. Fish and Wildlife Service across eight states in Region 6 (Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah). The BPA enables authorized vendors to conduct maintenance, repairs, and diagnostics, either in-shop or on-site, as requested by refuge staff. Vendors must diagnose vehicle malfunctions, provide estimates for work, and obtain approval before proceeding. The scope of repairs includes but is not limited to fluid services, electronic systems, engine maintenance, and the purchase of necessary replacement parts. The Government’s financial obligation is limited to the actual purchases made under the BPA, with individual calls capped at $2,500 for field station personnel, while larger amounts require approval from Contracting Officers. Authorized personnel include U.S. Fish and Wildlife Service employees with purchase training, as well as Budget Specialists. Delivery tickets for services must document essential details like supplier name, service date, and itemized costs. This BPA facilitates efficient vehicle maintenance across a broad geographic area, ensuring operational readiness for wildlife services while adhering to procurement policies.
The Papahānaumokuākea Marine National Monument seeks proposals for a vessel charter to transport supplies, fuel, and personnel between Honolulu, Hawaii, and various islands within the Monument, including Midway Atoll. The contract period spans five years, with the objective of facilitating the delivery and return of cargo, including hazardous materials and marine debris. The vessel must adhere to strict biosecurity policies to prevent the introduction of invasive species. Specified requirements include managing round-trip logistics, transporting a minimum of 12 passengers, and ensuring the vessel is rodent-free and compliant with U.S. Coast Guard regulations. The vessel’s crew must conduct regular inspections before and during voyages to maintain biosecurity and environmental standards. Additionally, the contractors are tasked with maintaining safety protocols, securing cargo, and providing lodging and meals for passengers. The operational area is primarily within the Northwest Hawaiian Islands, and all activities must comply with the Monument's regulations to safeguard its unique ecosystem. This charter reflects the federal government's commitment to conservation while ensuring logistical support for managing wildlife resources within this designated marine area.
Lifecycle
Title
Type
Presolicitation
Sources Sought
Similar Opportunities
V--Annual Roundtrip Barge Services for KALA
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking a contractor to provide annual roundtrip barge services for Kalaupapa National Historical Park (KALA) located in Molokai, Hawaii. The contractor will be responsible for transporting supplies, equipment, and waste materials between KALA and Honolulu, Oahu, utilizing a vessel with side-loading capability to navigate the park's narrow and shallow harbor, while adhering to environmental, safety, and operational standards. This service is essential due to the remote nature of KALA, which lacks regular barge service, and the contract will be structured as a firm fixed-price agreement with a base year and three one-year options, typically scheduled for performance in July or August, contingent on weather and mutual agreement. Interested parties can contact Lei Yang at leiyang@nps.gov or by phone at 671-688-0187 for further details.
F--Synopsis: FISH MARKING IDIQ - OR WA ID
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking industry feedback for a proposed multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract for fish marking services in Oregon, Washington, and Idaho. This opportunity aims to establish standards for tagging and marking fish, emphasizing the importance of training, adherence to fish handling standards, and maintaining high tag retention rates to support effective wildlife management. Interested vendors are encouraged to review the attached Fish Marking Standards document and provide comments, with the solicitation expected to be announced under full and open competition within the NAICS code 561320, Temporary Help Services, which has a size standard of $34 million. For further inquiries, potential contractors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP)
Buyer not available
The U.S. Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for Fishery Observer Support Services under the Northeast Fisheries Science Center Observer Program (NEFOP). The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a five-year ordering period from June 8, 2025, to June 7, 2030, aimed at collecting and analyzing environmental, biological, and fisheries operations data to support sustainable fisheries management. This initiative is crucial for ensuring compliance with federal regulations and enhancing the quality of data collected for fishery management, thereby promoting responsible resource management. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a maximum contract value of $19.9 million, including provisions for travel and training reimbursements. For further inquiries, contact Novelle Key at novelle.key@noaa.gov or Kayla Johnson at kayla.johnson@noaa.gov.
180-day Special Time Charter with One 180-day Option
Buyer not available
The Department of Defense, through the Military Sealift Command Norfolk, is issuing a Request for Proposals (RFP N3220525R4069) for a 180-day special time charter of a vessel to support Naval Special Warfare training in Pearl Harbor, HI. The selected contractor will provide a firm-fixed-price contract for a vessel capable of operating for 30 days without resupply, accommodating 25 personnel, and supporting 24/7 operations, including the transport, launch, and recovery of underwater vehicles such as SEAL Delivery Vehicles (SDVs) and Rigid Hull Inflatable Boats (RHIBs). This procurement is critical for ensuring the operational readiness of naval forces and compliance with stringent maintenance and security standards, including cybersecurity requirements. Proposals are due by April 23, 2025, with the contract expected to commence on June 1, 2025, and interested parties can contact Matthew Price at matthew.r.price40.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further information.
M--Provide Moorage in Kodiak, AK for the NOAA Ship Ra
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified contractors to provide husbandry services for the NOAA Ship Rainier during its scheduled visit to the Port of Kodiak, Alaska, from May 1 to May 23, 2025. The procurement includes essential services such as moorage, line handling, garbage disposal, potable water supply, and fueling capabilities, with optional services like bilge water disposal and shore power availability also outlined. This opportunity is critical for supporting NOAA's marine operations and ensuring compliance with safety and operational standards during hydrographic survey activities. Interested small businesses must submit their quotes electronically by April 23, 2025, at 12:00 PM ET, to Christopher Baker at christopher.baker@noaa.gov, and are encouraged to register with the SAM database for consideration.
J--ID-MINIDOKA NWR-REPLACING BOAT ENGINE
Buyer not available
The U.S. Department of the Interior, specifically the Fish and Wildlife Service, is seeking quotations for the repair and overhaul of a 2001 JetCraft boat at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project involves replacing the boat's engine with a modern KEM 6.2L V8, overhauling the decking, upgrading electrical systems, and inspecting critical components to ensure operational reliability and safety. This refurbishment is crucial for maintaining the vessel's effectiveness in supporting wildlife conservation efforts. Interested vendors must submit their quotes by April 30, 2025, with the anticipated completion date for the work set for March 31, 2025. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
Void Tank Cleaning Services
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center Pearl Harbor, is seeking qualified small businesses to provide Void Tank Cleaning Services for YON 328 at Joint Base Pearl Harbor, Hawaii. The primary objective is to address salt buildup in the interstitial void tanks, which is critical for preventing corrosion that could compromise the fuel barge's hull ahead of an upcoming INSURV inspection scheduled for December 2024. The contract period extends from the award date through September 30, 2025, with all work required to be completed by that date. Interested contractors must submit detailed quotes by 11:00 AM Hawaii Standard Time on April 29, 2025, and direct any questions to David Chang at david.d.chang3.civ@us.navy.mil or by phone at 808-473-7548.
SH Work Boat Servicing
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide repairs and servicing for the NOAA Ship Bell M. Shimada work boat, also known as HRN 2405 or Miss Julie. The procurement includes essential work items such as exterior maintenance and engine servicing to ensure the vessel's operational readiness. This opportunity is particularly important as it supports NOAA's mission in marine and atmospheric research, highlighting the significance of maintaining their fleet. Interested small businesses are encouraged to reach out to Isaac Bright at ISAAC.BRIGHT@NOAA.GOV or (541) 283-5107 for further details, as this contract is set aside for total small business participation under the SBA guidelines.
S--AK-KODIAK ADMIN SITE- CUSTODIAL CONTRACT
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide custodial services for the Visitor Center at Kodiak National Wildlife Refuge in Alaska. The contract, which spans from January 15, 2025, to January 14, 2030, requires the contractor to deliver comprehensive janitorial services, including regular cleaning, maintenance of specific areas, and adherence to environmental standards using eco-friendly cleaning materials. This procurement is crucial for maintaining a clean and sanitary environment in a federal facility, supporting both operational needs and compliance with government regulations. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
56--Sources Sought A-2-4 Selective Fill, Puerto Rico, Vieques NWR
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking sources for A-2-4 Selective Fill material for the rehabilitation of various roads at Vieques National Wildlife Refuge in Puerto Rico. The procurement involves not only the supply of the material but also its transportation to a barge location, subsequent barging to Vieques, and hauling to designated stockpile locations on the island. This project is critical for improving road conditions within the refuge and adheres to safety and environmental standards, with a performance period scheduled from May 1, 2025, to September 30, 2025. Interested vendors should respond with their CAGE Code, Unique Entity ID, and confirmation of their capability to provide the required materials and logistics, addressing inquiries to Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.