MN-FWS ARD-FSHRS-BPA SET UP-REPAIR SRVC
ID: 140FS225Q0058Type: Solicitation
Overview

Buyer

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

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

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

    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for the repair and maintenance of small watercraft, motors, and trailers, specifically for the Alpena Fish and Wildlife Conservation Office in Gibraltar, Michigan. The procurement aims to cover a range of services including preventative maintenance, metal fabrication, and repairs for Mercury and Suzuki motors, as well as trailer maintenance and towing services. This initiative is crucial for ensuring the operational efficiency of the USFWS's fleet, which supports wildlife conservation efforts. Interested vendors must submit detailed quotations, including pricing lists and relevant certifications, with a total obligation capped at $250,000 over a five-year period. For further inquiries, vendors can contact Renee Babineau at renee_babineau@fws.gov or by phone at 404-679-7349.

    Point(s) of Contact
    Files
    Title
    Posted
    The Detroit River Substation of the US Fish and Wildlife Service (USFWS) is seeking vendors to enter into a multi-vendor blanket purchase agreement (BPA) for the repair and maintenance of small watercraft, Mercury, and Suzuki motors, along with trailers. This BPA is aimed at covering preventative maintenance and repair services for boats operated by the Alpena Fish and Wildlife Conservation Office located in Gibraltar, Michigan. Interested vendors must submit a price list and relevant certifications for various services, including metal fabrication, boat motor repairs (5 Hp to 200 Hp), electronic equipment repairs, and trailer maintenance. Additional services sought include boat slip rental and towing services. For submission details, potential vendors should contact Renee Babineau, the contracting specialist. This request for proposals aims to ensure that the USFWS has reliable services for maintaining its fleet, supporting operational efficiency in wildlife conservation efforts.
    This document presents inventory details concerning various marine vessels and their specifications, likely as part of a government RFP or grant proposal related to aquatic resource management. It lists multiple vessels, including models like the "Kraken," "Bowfin," and "R/V Temple of Boom," detailing their manufacturers, engine types, horsepower, and trailer specifications. Each entry includes the number of motors and axles associated with the trailers, highlighting the dual engine setups for enhanced performance. Additionally, it notes retired motors such as the Evinrude ETECH model. Overall, the file serves as a technical overview, potentially aimed at informing decision-makers about available marine resources for fisheries management, environmental monitoring, or research initiatives funded through federal or state programs. The detailed specifications indicate a focus on functionality and suitability for specific marine applications, thus underpinning the importance of maintaining efficient and dependable vessels for governmental and scientific purposes.
    The document outlines the Wage Determination No. 2015-4839 issued by the U.S. Department of Labor for contracts governed by the Service Contract Act. It specifies minimum wage rates for various occupational classifications in Michigan's Wayne County, indicating that contracts entered on or after January 30, 2022, require a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour unless a higher rate is specified. The document lists detailed wage rates across numerous occupations, alongside required fringe benefits, including health and welfare, paid vacation, and sick leave. Particular attention is given to mandatory provisions of Executive Orders related to minimum wage and paid sick leave for federal contractors. Hazard pay, uniform allowances, and the process for classifying unlisted occupations are also addressed. This file serves as an essential resource for contractors to ensure compliance with federal wage requirements and worker protections, maintaining fairness and transparency in federal contracting processes.
    The document outlines RFQ 140FS225Q0058, a Request for Quotations from the U.S. Fish and Wildlife Service (USFWS) for a Blanket Purchase Agreement (BPA) dedicated to the maintenance and repair of small watercraft, motors, and trailers over a five-year period. The total obligation is capped at $250,000, with services including metal fabrication, minor and major repairs for Mercury and Suzuki motors, trailer repairs, and towing services. This RFQ is a total small business set-aside, aiming to engage qualified vendors capable of meeting specific evaluation criteria such as equitable pricing and relevant certifications. Offerors must submit detailed quotations outlining their qualifications, including pricing lists, past performance documentation, and any subcontractor details if applicable. Invoices will be processed electronically through the Internet Payment Platform, emphasizing the need for compliance with federal regulations. The document establishes clear guidelines for the bidding process, including submission requirements and evaluation factors prioritizing technical capability and past performance, underscoring the government’s commitment to securing services that support its operational needs while fostering small business participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    WI-GREEN BAY FWCO- TRAILER MOVING SERVICES
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide trailer moving services for fish tagging operations. The contract involves the transportation of five fish trailers to various hatcheries across multiple states, with services required from February 27, 2025, to December 30, 2025. This initiative is critical for enhancing operational efficiencies in wildlife conservation efforts, particularly in the management of aquatic resources. Interested bidders must submit their proposals by February 21, 2025, including a completed Standard Form 1449 and a detailed pricing spreadsheet, and can direct inquiries to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    MI MARQUETTE BIOLOGICAL STATION TRUCK TOPPERS (4)
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for the purchase and installation of four aluminum truck toppers for its Sea Lamprey Control Program at the Marquette Biological Station. The required truck toppers must meet specific design criteria, including height, material, and door configurations, to effectively transport and protect specialized equipment used in managing invasive sea lamprey populations in the Great Lakes. This procurement underscores the USFWS's commitment to enhancing operational efficiency and safety in field operations. Interested vendors must submit their quotes by January 24, 2025, to Jeremy Riva at jeremyriva@fws.gov, with a required delivery date of May 1, 2025, and the contract is set aside for small businesses, particularly those owned by service-disabled veterans and economically disadvantaged women.
    MN DETROIT LAKES WMD TRUCK UPFIT
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors for the upfitting of a 2025 Chevrolet 3500 DRW vehicle for the Detroit Lakes Wetland Management District. The procurement involves modifications that must comply with Department of Transportation regulations and include specific components such as a flatbed, rear hitch, and toolboxes, all of which must be readily available off-the-shelf items. This contract is crucial for enhancing the operational capabilities of the Wetland Management District, ensuring that the vehicle meets the necessary standards for functionality and safety. Interested small businesses must submit detailed quotations by January 27, 2025, and can contact Jeremy Riva at jeremyriva@fws.gov or 240-381-7321 for further information.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    AZ HAVASU NWR BOAT RAMP REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to replace the concrete boat ramp at the Havasu National Wildlife Refuge in Mohave Valley, Arizona. The project involves the removal of the existing ramp and the construction of a new ramp with identical dimensions, requiring the provision of labor, materials, and equipment, all while adhering to environmental and safety standards. This initiative is part of the government's commitment to maintaining recreational facilities that support public access to federal lands. Interested contractors should submit their proposals by the specified deadlines, with the project budget estimated between $25,000 and $100,000, and inquiries directed to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    MI - VEHICLE REPAIR - 2024 FRONTIER
    Buyer not available
    The U.S. Geological Survey (USGS) is soliciting quotes for vehicle repair services for a 2024 Nissan Frontier pickup truck that has sustained damage from a deer collision. The procurement is designated as a Total Small Business Set-Aside, allowing only small business vendors to participate, with a submission deadline of February 7, 2025. The scope of work includes vehicle pickup, damage assessment, part procurement, repair execution, and final quality assurance, with adherence to federal wage determinations and compliance with cybersecurity and environmental regulations. Interested vendors should submit their quotations in PDF format, including relevant references and required documentation, to the designated contact, Brian Baker, at bfbaker@usgs.gov. The contract performance period is set from February 21, 2025, to May 31, 2025.
    GAS-POWERED FISH PUMP
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotations for the procurement of one Aqua-Life BioStream Model BP25G gas-powered fish pump, issued under RFQ Number 140G0225Q0015. This solicitation is a Total Small Business Set-Aside, requiring vendors to provide a product that meets specific minimum salient characteristics related to capacity, power source, and pump capabilities, with delivery expected within 120 days after receipt of order. The gas-powered fish pump is essential for research-related activities aimed at the conservation of aquatic species. Interested vendors must be registered and active in the System for Award Management (SAM) and submit their quotations by February 17, 2025. For further inquiries, Lisa Williams can be contacted at ldwilliams@usgs.gov or by phone at 303-236-9327.
    ID-MINIDOKA NWR-WATER DECON/INSPECT UNIT
    Buyer not available
    The U.S. Department of the Interior, through the Fish and Wildlife Service (FWS), is soliciting quotes from small businesses for a mobile high temperature, high pressure washer designed to wash watercraft and prevent the spread of invasive aquatic species into Lake Walcott. The procurement requires the equipment to meet specific operational specifications, including a water flow rate of 5.0 GPM and a steam option of 300 degrees, with the contract set aside exclusively for small businesses, particularly encouraging bids from Service-Disabled Veteran-Owned and Women-Owned Small Businesses. This initiative underscores the government's commitment to environmental protection while supporting small enterprises in fulfilling critical operational needs. Interested vendors must submit their quotations by 1700 on February 6, 2025, and can direct inquiries to Tanner Frank at tannerfrank@fws.gov.
    MT CRESTON NFH UV - TROJAN 3000 Replacement Parts
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for the supply of replacement parts, specifically Trojan 3000+ UV Lamps and Ballasts, for the Creston National Fish Hatchery located in Kalispell, Montana. This procurement is a 100% Total Small Business set-aside, allowing only qualified small businesses to participate in the bidding process. The replacement parts are crucial for maintaining the hatchery's water purification systems, which play a vital role in wildlife conservation efforts. Interested vendors must submit their quotations by February 10, 2025, and can direct inquiries to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.