OH OTTAWA NWR WETLAND PUMP
ID: 140FS225Q0094Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Measuring, Dispensing, and Other Pumping Equipment Manufacturing (333914)

PSC

POWER AND HAND PUMPS (4320)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 9:00 PM UTC
Description

The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to manufacture and install a custom wetland pump for the Ottawa National Wildlife Refuge's Moist Soil 2 Water Control Structure. The project requires the production of a 10” x 12.5 HP axial flow pump with automatic level controls, capable of moving at least 2000 gallons per minute, along with additional components such as aluminum stoplogs and safety features. This initiative is crucial for enhancing water management in wetland areas, supporting environmental conservation efforts. Interested small businesses must submit their quotations and required documentation via email by April 11, 2025, and can contact Jeremy Riva at jeremy_riva@fws.gov or 240-381-7321 for further details.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 11:07 PM UTC
The USFWS Ottawa National Wildlife Refuge has issued an RFP to manufacture and install a custom pump and supporting components for the Moist Soil 2 Water Control Structure. This project focuses on enhancing water management in wetland areas. Key specifications include the manufacture of a 10” x 12.5 HP pump with automatic level controls, capable of moving at least 2000 gallons per minute. It is crucial that the pump comprises water-lubricated bearings and a coated underwater casing for durability. The project emphasizes collaboration between the pump manufacturer and the precast concrete vault manufacturer to ensure seamless integration. Additional deliverables consist of aluminum stoplogs, flap-style guards, and safety features on all machinery. The chosen offeror must reside within a two-hour radius for prompt service during high lake events and provide a one-year warranty on all components. Approval of shop drawings from Refuge staff is also required. This RFP illustrates the government's initiative to support environmental conservation through efficient water management systems in wildlife refuges.
Apr 2, 2025, 11:07 PM UTC
The document outlines a Request for Quote (RFQ) from the U.S. Fish and Wildlife Service concerning a pump for the Ottawa National Wildlife Refuge's water control structure. It specifies that the contractor must manufacture a custom 10" x 12.5 HP axial flow pump and associated components, ensuring efficient water management for wetland sustainability. The scope includes the production of safety features and specific performance capabilities, emphasizing collaboration with other manufacturers to ensure seamless integration. The solicitation is designated as a total small business set-aside and outlines critical compliance requirements under federal acquisition regulations, focusing on submission deadlines, evaluation criteria, and payment processes through the Invoice Processing Platform (IPP). The document instructs interested businesses to respond via email with their quotations, including all required documentation by the specified due date of 04/11/2025. It also incorporates provisions safeguarding the government’s interests, such as compliance with federal laws and protection against telecommunications vulnerabilities. The summary captures the significance of the RFQ in promoting environmental management through targeted technical solutions while upholding federal contracting standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
USFWS DALE HOLLOW NFH HATCHERY EFFLU PUMPS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the procurement of two effluent pumps for the Dale Hollow National Fish Hatchery in Celina, Tennessee. The contract, identified under solicitation number 140FS325Q0062, requires pumps with a minimum output of over 1600 gallons per minute (GPM) and a discharge head of 65 feet, with the performance period anticipated from April 30, 2025, to July 31, 2025. This procurement is critical for maintaining the operational efficiency of the hatchery, which plays a vital role in fish conservation and management. Proposals are due by April 15, 2025, and interested contractors must provide their SAM Unique Entity Identifier, a completed quote schedule, and past performance records to be considered. For further inquiries, contact Lee Riley at leeriley@fws.gov or call 404-679-4158.
Vertical Turbine Pumps for High Head Tank Mud Mountain Dam Fish Passage Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small business firms to supply three vertical turbine pumps for the Mud Mountain Dam Fish Passage Facility located in Enumclaw, Washington. The procurement aims to replace existing pumps with new line shaft vertical turbine pumps that must meet specific performance criteria, including a flow rate of at least 2.0 cubic feet per second at a static head of 45 feet, while effectively managing turbid water conditions with debris. This initiative underscores the Corps' commitment to maintaining operational integrity and reliability in water management systems. Interested vendors must submit their capability statements by April 19, 2025, to Michael Houts at michael.s.houts@usace.army.mil, with delivery of the pumps required by June 1, 2025.
B--ID-FWS DWORSHAK-NPDES TESTING FY25
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho. The contract aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, over a performance period from April 1, 2025, to September 30, 2029. This procurement is critical for maintaining environmental integrity and compliance with federal regulations, reflecting the government's commitment to ecological sustainability. Interested vendors must submit their offers electronically by April 14, 2025, and can contact Roger Lockhart at rogerlockhart@fws.gov or 404-679-7124 for further information.
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.
PUMP UNIT CENTRIFUGAL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of six centrifugal pump units, identified by NSN 4320-01-241-7284, to support its Surface Forces Logistics Center operations. The pumps must meet specific technical specifications, including a 5 HP motor, a maximum discharge flow rate of 130 GPM, and must be packaged in compliance with military standards to prevent damage during transit. This procurement is critical for maintaining operational readiness and efficiency within the Coast Guard's logistics framework. Interested vendors must submit their quotations by April 15, 2025, at 10:00 AM EST, to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL, ensuring compliance with all outlined packaging and delivery requirements.
Y--ND-TEWAUKON NWR-REPLACE WATER DIS SYSTEM
Buyer not available
The U.S. Fish and Wildlife Service is soliciting bids for the replacement of the water distribution system at Tewaukon National Wildlife Refuge in Cayuga, North Dakota. This project involves the complete installation of a new water distribution network, including piping, curb stops, and connections to existing infrastructure, while adhering to safety, environmental, and regulatory standards. The initiative is crucial for maintaining essential water infrastructure that supports wildlife conservation efforts and operational needs at the refuge. Interested small businesses must submit their proposals via email by April 25, 2025, with a projected contract value between $100,000 and $250,000, and can direct inquiries to John Ferrall at johnferrall@fws.gov.
F--OR-SHELDON NWR-LOW TECH STRM RESTORATION
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for a federal contract focused on the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The project aims to enhance aquatic habitats by implementing restoration techniques that mimic natural structures, specifically along Thousand Creek and Fish Creek, with a performance period from May 1, 2025, to April 30, 2026. This initiative is crucial for improving stream health and biodiversity, aligning with federal and state environmental restoration efforts. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
Tracked Carrier, Detroit Lakes WMD, MN
Buyer not available
The U.S. Fish and Wildlife Service is soliciting quotes for a firm fixed-price contract to supply one all-terrain tracked carrier for the Detroit Lakes Wetland Management District in Minnesota. This procurement is specifically set aside for small businesses and requires contractors to submit an itemized proposal that includes their SAM UEI number and adheres to the detailed specifications outlined in the solicitation. The tracked carrier is essential for environmental management and operational needs, ensuring compliance with safety and performance standards, including US EPA emissions regulations. Interested parties must submit their proposals by 5:00 PM Eastern Time on April 16, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information.
MI-LUDINGTON BS-AQUACALC 5000 COMPUTER
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of four Aquacalc 5000 computers, which are essential for measuring stream discharge. These electronic data logging devices are designed to enhance the efficiency of stream flow measurements, replacing traditional methods and improving scientific measurement capabilities in environmental management. The delivery of the devices is required by May 9, 2025, with quotations due by April 16, 2025, and interested small businesses are encouraged to participate. For further inquiries, potential bidders can contact John Skogen at JackSkogen@fws.gov or by phone at 612-713-5210.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.