58--Special Notice of Intent to Sole Source Award
ID: DOIFFBO250066Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT GOODSFalls Church, VA, 22041, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

MISCELLANEOUS COMMUNICATION EQUIPMENT (5895)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 2:00 PM UTC
Description

The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Telonics, Inc. for the procurement of GPS radio collars essential for monitoring grizzly bear movements in the Cabinet, Purcell, and Selkirk Mountains across Montana, Idaho, and Washington. This acquisition is critical for supporting recovery efforts for endangered species, as the collars will facilitate effective tracking and data collection. Telonics is uniquely positioned to fulfill this requirement due to their proprietary software and equipment compatibility, which ensures reliability and continuity in wildlife monitoring efforts, as well as past successful collaborations with the FWS. Interested parties may submit capability statements via email to carter_duke@fws.gov, with no telephone inquiries accepted, and should note that this opportunity does not constitute a solicitation for competitive quotes.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 4:06 PM UTC
The document is a Single Source Justification for the acquisition of GPS radio collars from Telonics by the U.S. Fish and Wildlife Service (FWS). The justification outlines the necessity of these collars for monitoring grizzly bear populations in Montana, Idaho, and Washington, which supports recovery efforts for endangered species. Due to existing proprietary software and equipment compatibility, Telonics is deemed the only capable supplier, as purchasing from others would incur additional costs and logistical challenges. The FWS has successfully utilized Telonics' products in the past, noting their reliability and effective service, including collar refurbishment that is not available through other suppliers. The contracting officer recommends proceeding with a sole source procurement, asserting that the costs are fair and reasonable since Telonics is uniquely positioned to meet the agency's needs. This document complies with federal regulations under FAR for sole source acquisitions, aiming to maintain efficiency and continuity in wildlife monitoring efforts.
Lifecycle
Title
Type
Presolicitation
Special Notice
Similar Opportunities
66--CA-LODI FWO-NOTUS G700AP15 HYDROPHONE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting quotes for an Omni Portable Trawl Hydrophone and a Trawlmaster Command Unit or an equivalent product, with the aim of enhancing their aquatic monitoring capabilities. The procurement is intended for a Firm-Fixed Price Contract, emphasizing fair pricing and best value for the government, with a required delivery date set for May 15, 2025, and a performance period from April 15, 2025, to May 15, 2025. This equipment is crucial for effective wildlife management and research, supporting the agency's mission to conserve fish and wildlife resources. Interested vendors must be registered in the System for Award Management (SAM) and submit their quotes via email by April 17, 2025, following the recent amendment that dissolved the Small Business Set-Aside designation, allowing all responsible bidders to participate. For further inquiries, potential contractors can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
Intent to Sole Source - Acoustic Telemetry Fish Tags and Receivers
Buyer not available
The U.S. Army Corps of Engineers, Rock Island District, intends to procure 500 acoustic telemetry fish tags and 8 NexTrakR1 receivers for fish tracking purposes, on a sole source basis with INNOVASEA (VEMCO). The procurement includes 200 V13-1x tags with a battery life of approximately 633 days and 300 V16-4x tags with an estimated battery life of 2333 days, both operating at a frequency of 69 kHz, along with durable, waterproof receivers designed for diverse aquatic environments. This acquisition is critical for enhancing the efficacy of the Corps' telemetry initiatives in ecological research and conservation efforts. Interested small-business firms may submit capability statements to the Contracting Officer by April 21, 2025, at 10:00 PM CDT, with all submissions directed to Stanley Bolton at stanley.l.bolton@usace.army.mil, and a copy to Christopher McCabe at christopher.a.mccabe@usace.army.mil.
Grizzly Bear Infrastructure Blanket Purchase Agreement (BPA)
Buyer not available
The U.S. Department of Agriculture (USDA), specifically the Forest Service, is seeking qualified contractors for a Grizzly Bear Infrastructure Blanket Purchase Agreement (BPA) aimed at providing bear-resistant containers for the Greater Yellowstone Ecosystem. This procurement focuses on the fabrication and timely delivery of specialized products, including food storage containers and front-load dumpsters, to enhance wildlife safety and improve waste management in national forests. The anticipated contract will be a Firm Fixed Price with a five-year performance period, and interested contractors must be registered in the System for Award Management (SAM) and submit their statements of interest by May 1, 2025. For further inquiries, potential bidders can contact Gilbert Chonje at gilbert.chonje@usda.gov or by phone at 931-378-8014.
10--GRCA TASER 7 UPGRADE
Buyer not available
The National Park Service, under the Department of the Interior, intends to award a sole source contract to Axon Enterprise, Inc. for the procurement of Axon 7 tasers and accessories specifically for Grand Canyon National Park (GRCA). This acquisition is being conducted as a firm fixed price purchase order, utilizing Simplified Acquisition Procedures due to the unique nature of the requirement, which limits competition to a single source. The goods are critical for law enforcement operations within the park, ensuring safety and effective response capabilities. Interested parties may submit capability statements to the primary contact, Dennis Zoltak, at denniszoltak@nps.gov, by the specified deadline, although this notice is not a request for competitive quotes.
NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide upfit services for emergency vehicles, specifically Ford F-150 trucks, to enhance the safety and functionality of Federal Wildlife Officers. The project requires the installation of emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to strict quality and safety standards while minimizing modifications to maintain vehicle resale value. This initiative is crucial for ensuring that wildlife law enforcement personnel are equipped with reliable and effective vehicles for their duties. Interested vendors must submit their quotes by April 18, 2025, with a delivery deadline set for September 30, 2025. For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
R--INYO CAL TOWHEE 2025/26 SPRING SURVEYS
Buyer not available
The Bureau of Land Management (BLM) is planning to award a sole-source contract for the Inyo California Towhee 2025/26 Spring Surveys, aimed at supporting the management of this federally listed endangered species on BLM lands. The contract will facilitate a targeted survey to gather critical data that informs conservation strategies and aligns with compliance requirements under the Endangered Species Act, the National Environmental Policy Act, and the Sikes Act. This procurement is essential for ensuring continuity and consistency in data collection, as the selected contractor has a long-standing partnership with BLM and extensive experience in conducting similar surveys. Interested parties must submit their qualifications and capabilities in writing to Laurie Ehlinger at lehlinger@blm.gov by April 23, 2025, at 09:00 AM PST, as no solicitation package will be available for this opportunity.
C--Land Surveying-Request for A-E Qualifications
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
AK-KENAI NWR-ROAD REPAIR (EQUIP) RENTAL
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking quotes from qualified small businesses for the rental of heavy equipment necessary for road repairs at the Dolly Varden Lake Campground in Sterling, Alaska. The project involves rehabilitating 0.5 miles of gravel road, which includes addressing drainage, vegetation, and ensuring fish and wildlife passage, with the performance period set from May 28, 2025, to June 28, 2025. This procurement is critical for maintaining accessibility and safety within the Kenai National Wildlife Refuge while enhancing wildlife habitats. Interested vendors must submit their quotations by April 21, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award consideration. For further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
VA-DIV OF REALTY-APPRAISAL SERVICE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to provide appraisal and market valuation services for properties within the Yukon Delta National Wildlife Refuge in Alaska, under solicitation number 140F1S25Q0035. Interested offerors must possess a current certified general appraiser license and demonstrate technical and geographical competency in their proposals, which are due by April 24, 2025. This procurement is critical for ensuring accurate property valuations that support the FWS's mission and management of wildlife refuges. For further inquiries, potential bidders can contact Solmaz Salih at solmazsalih@fws.gov or by phone at 303-236-4250, and all quotes must remain valid for 60 days post-submission.
66--NOTICE OF INTENT LAMAR NFH NE FSHRY CTR LAB EQUIP
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Avantor Science Central for the procurement of essential cold storage equipment and low-temperature ovens for the environmental DNA laboratory at the Northeast Fishery Center in Lamar, Pennsylvania. This procurement includes ultra-cold freezers, standard freezers, refrigeration units, and low-temperature ovens, specifically designed to meet the laboratory's operational needs and layout requirements. The equipment is critical for advancing genetic research and ensuring compliance with federal safety and operational standards in scientific initiatives. Interested parties may submit capability statements to Contracting Specialist Lee Ann Riley at leeriley@fws.gov by 2:00 PM EDT on April 18, 2024, to demonstrate their ability to provide competitive alternatives. This announcement serves as the only notice for this procurement, which will not be open for competitive quotes.