UT-JONES HOLE NFH- DEGASSING PUMP REPLACEMENT
ID: 140FS225Q0064Type: 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

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the replacement of two degassing pumps at the Jones Hole National Fish Hatchery in Vernal, Utah. The project requires the contractor to supply two Folsom 5 horsepower Simflo pumps, adhering to specific technical specifications and regulations, with a completion deadline set for April 1, 2025. This procurement is crucial for maintaining the health of fish populations and ensuring the hatchery's operational efficiency. Interested small businesses must submit their quotes, including technical proposals and past performance references, by March 3, 2025, with further inquiries directed to Khalilah Brown at khalilah_brown@fws.gov or by phone at 571-547-3407.

    Point(s) of Contact
    Brown, Khalilah
    (571) 547-3407
    (000) 000-0000
    khalilah_brown@fws.gov
    Files
    Title
    Posted
    The statement of work outlines the project to replace two degassing pumps at the Jones Hole National Fish Hatchery in Vernal, UT, essential for maintaining fish health. The contractor must be a certified supplier of Folsom Pumps and adhere to all applicable regulations. The project must be completed by April 1, 2025, and will occur during regular business hours. The contractor is required to deliver two Folsom 5 horsepower Simflo pumps, alongside specific technical specifications outlined for performance and materials. The hatchery will provide facilities such as restrooms and electricity for the contractor’s use. Evaluation of the contractor’s work will be performed by representatives of the U.S. Fish and Wildlife Service, with quality control measures outlined to ensure compliance with industry standards. Two key contacts for the project include Travis Anderson, the Hatchery Manager, and Kristopher Johnson, the Facility Management Coordinator. The document serves as a formal solicitation for bids, demonstrating the federal government's commitment to maintaining infrastructure vital for ecological conservation efforts.
    The document outlines various aspects of government Requests for Proposals (RFPs) and grants at the federal and state/local levels. It emphasizes the importance of adhering to funding stipulations and regulations when preparing proposals. Key themes include the need for detailed project descriptions, timelines, and budget estimates, reflecting a commitment to transparency and accountability. The document stresses the competitive nature of RFPs, necessitating that proposals exhibit innovation and demonstrate potential benefits to the community. Additionally, it highlights compliance with local, state, and federal guidelines to ensure projects align with broader governmental objectives. The structure suggests a focus on strategic planning, risks management, and stakeholder engagement, fostering efficient project execution. Ultimately, the document serves as a vital resource for organizations seeking funding, providing a roadmap for navigating the complex landscape of governmental financial opportunities effectively.
    The government document pertains to a Request for Proposal (RFP) for the replacement of two degassing pumps at the Jones Hole National Fish Hatchery in Vernal, Utah. It is a firm-fixed-price solicitation open solely to small businesses, aimed at ensuring high-quality service and delivery capabilities for the project. A mandatory site visit will be required for potential contractors to assess project parameters, including weather conditions and necessary personnel. Key components include a comprehensive Statement of Work (SOW) detailing pump specifications and equipment requirements, as well as guidelines for quote submission, including technical proposals and past performance references. Evaluation of quotes will consider the best value, emphasizing technical expertise, competitive lead time, pricing, and the contractor's positive performance history. Submission of quotes must include identification details and be directed to the designated contracting officers by March 3, 2025, before 5:00 PM EST. The contract includes clauses regarding electronic invoicing and payment processes, compliance with federal and state laws, and guarantees for product quality and performance. This document illustrates the government's commitment to resource management and procurement while fostering small business participation in federal contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    B6 HATCHERY TANKS AND FILTERS
    Buyer not available
    The Bureau of Reclamation, under the Department of the Interior, is soliciting proposals for the procurement of six 600-gallon fiberglass tanks designed for larval use, as outlined in RFQ No. 140R3025Q0021. The tanks must meet specific technical specifications and be delivered within 30 days of contract award, with a focus on compliance with federal regulations and the inclusion of small businesses, particularly those classified under NAICS Code 326199. This procurement is crucial for supporting commercial fishing operations and environmental conservation efforts. Interested vendors must submit their quotes electronically via SAM.gov by February 28, 2025, and direct any inquiries to Nicholas Clements at nclements@usbr.gov or by phone at 702-293-8156.
    MO NEOSHO NFH HVAC REPLACEMENT
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the HVAC replacement project at the Neosho National Fish Hatchery in Missouri. The project entails the demolition of existing heating and cooling systems and the installation of a new natural gas furnace and air conditioning unit, with a performance period from March 24, 2025, to June 3, 2025. This initiative is crucial for enhancing the infrastructure of the hatchery, ensuring compliance with federal and state regulations, and promoting environmental sustainability. Interested contractors must attend a mandatory site visit on February 27, 2025, and submit their proposals electronically, adhering to the specified guidelines, including compliance with the Buy American Act and Davis-Bacon Wage Rates. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    V--WI-GREEN BAY FWCO- TRAILER MOVING SERVICES
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting proposals for trailer moving services to facilitate the transportation of fish tagging trailers across multiple states. This contract, designated as a Total Small Business Set-Aside, requires the contractor to safely and efficiently transport five fish trailers from February 27, 2025, to December 31, 2025, ensuring compliance with federal regulations and maintaining communication with FWS staff throughout the process. The initiative is crucial for supporting aquatic resource management and enhancing operational efficiencies at various hatcheries, with a total of 6,854 jobs associated with this relocation effort. Interested vendors must submit their proposals by February 21, 2025, and can direct inquiries to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    MI-PENDILLS CRK NFH-SAND TRAP REHAB
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of a sand trap at the Pendills Creek National Fish Hatchery in Brimley, Michigan. The project aims to expand the existing sand trap from 8 feet to 20 feet wide to enhance sediment management from Videon’s Creek, requiring contractors to perform excavation, site clearing, and construction of retaining walls while adhering to safety and environmental regulations. This initiative is crucial for improving fishery resources and maintaining operational integrity at the hatchery. Interested small businesses must submit their quotations by the specified deadline, with the project scheduled for completion between May 10, 2025, and June 15, 2025, and an estimated contract value between $25,000 and $100,000. For further inquiries, contact Jeanne Mohlis at JeanneMohlis@fws.gov or call 612-713-5215.
    F--AZ ALCHESAY NFH Removal of used motor oil
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals from qualified small businesses for the removal of approximately 1,000 gallons of used motor oil from the Alchesay and Williams Creek National Fish Hatchery Complex in Arizona. The project involves the proper disposal of used motor oil stored at two locations: Alchesay NFH in Whiteriver, Arizona, with about 600 gallons, and Williams Creek NFH in McNary, Arizona, containing approximately 400 gallons, in compliance with federal, state, and local regulations. This initiative is crucial for ensuring environmental compliance and responsible waste management within federal facilities. Interested contractors must submit their quotations by February 26, 2025, via email to the designated contracting officer, Jeremy Riva, at jeremyriva@fws.gov, with the performance period set from March 3 to May 1, 2025.
    Y--HVAC Replacement - VA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of the HVAC system at the Harrison Lake National Fish Hatchery in Charles City, VA. This project is designated as a Total Small Business Set-Aside and requires contractors to provide a technical response detailing the scope of work, material pricing, and a preliminary schedule, with a performance period of three months post-award. The initiative is crucial for maintaining efficient operations at the hatchery, as the existing HVAC system is outdated and inefficient. Proposals are due by February 25, 2025, with a mandatory site visit scheduled for February 11, 2025. Interested contractors must register in the System for Award Management (SAM) and comply with federal guidelines, with the estimated construction cost ranging between $25,000 and $100,000. For further inquiries, contact Christine Beauregard at ChristineBeauregard@fws.gov or call 413-253-8232.
    WI-IRON RIVER NFH - ICE PURCHASE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking a contractor to supply 45,360 pounds of chlorine-free ice for the Iron River National Fish Hatchery, with a focus on transporting lake and brook trout from April to June 2025. The procurement requires the ice to be delivered in a climate-controlled manner, ensuring that it does not melt and that the cubes remain separate, with specific delivery expectations including 18 pallets by April 28, 2025, and additional pallets as needed. This ice is critical for maintaining fish viability during transportation, reflecting the hatchery's operational needs. Interested parties must submit their quotations by March 3, 2025, and can contact Dana Arnold at danaarnold@fws.gov or 703-468-8289 for further information.
    J--MN FWS ARD FSHRS Fish Distribution Truck Repair BP
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking to establish a Blanket Purchase Agreement (BPA) for the repair of large diesel trucks used in fish distribution efforts across three National Fish Hatcheries in Michigan and Wisconsin. The BPA, valued at up to $250,000, will cover a five-year period from April 1, 2025, to March 30, 2030, and aims to ensure the operational readiness of the fleet by providing necessary diagnostics and repair services. This initiative is crucial for maintaining transportation resources essential for wildlife conservation and restoration efforts in the Great Lakes region. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    J--TX-ANAHUAC NWR-HVAC REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking Total Small Business contractors for the replacement of HVAC and related equipment at the Winnie Depot in Stowell, Texas, under Request for Proposal (RFP) Number 140FHR25R0003. This procurement, classified under NAICS Code 238220, aims to enhance the facility's climate control systems, which are crucial for maintaining operational efficiency and environmental standards. Contractors will be evaluated based on their technical approach, past performance, and capabilities, following the Lowest Price Technically Acceptable (LPTA) method, with a Firm Fixed Price contract anticipated after the formal solicitation is issued. Interested parties must be registered in the System for Award Management (SAM) and submit any inquiries regarding the solicitation in writing by February 25, 2025, to Nelson Crawford at NelsonCrawford@fws.gov or by phone at 404-679-4077.
    Z--LEVEE SYPHONS CLEANING AT FWS BAYOU SAUVAGE NWR
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the cleaning of eight 18-inch syphons located in the Maxent Levee North at the Bayou Sauvage National Wildlife Refuge in Lacombe, Louisiana. Contractors are required to provide all necessary labor, materials, and equipment to achieve a minimum of 95% blockage removal from the syphons, which includes clearing debris, roots, and soil deposits, as well as vegetation around syphon entries and exits. This project is crucial for maintaining the ecological integrity of the refuge and supporting wildlife habitat management efforts. Interested small businesses must submit their proposals by February 10, 2025, and can contact Chantal Bashizi at chantalbashizi@fws.gov or 703-358-1854 for further information.