OH OTTAWA NWR WETLAND PUMP
ID: 140FS225Q0094Type: Solicitation
AwardedMay 1, 2025
$27K$27,033
AwardeeLAKECRAFT, INC. 1010 W LAKESHORE DR Port Clinton OH 43452 USA
Award #:140FS225P0168
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
    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
    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.
    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
    Similar Opportunities
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a firm-fixed-price contract to supply one outboard motor specifically designed for law enforcement patrol boats operating in Montana's lakes and rivers. The procurement requires a 200 hp, 4-stroke, V6 outboard motor with specific features such as Smartcraft compatibility and an 85 amp alternator, along with necessary installation components and labor for the motor replacement. This acquisition is a 100% Total Small Business set-aside, emphasizing the importance of the motor for effective law enforcement operations in diverse water conditions. Quotes are due by January 2, 2026, at 5:00 PM EST, and interested vendors should contact Khalilah Brown at khalilahbrown@fws.gov for further details.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks must match existing models and meet specific requirements, including features such as a 22-inch screw lid, internal supports, and compliance with ANSI/NSF 61 for potable water. The tanks will be utilized to store potable water for wildlife in drought-prone areas, emphasizing their importance in supporting local ecosystems. Interested small businesses must submit their quotes by December 22, 2025, at 5:00 pm EST, with the contract period of performance set from December 29, 2025, to February 16, 2026. For inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.