MN-RICE LAKE NWR-OUTBOARD WITH INSTALL
ID: 140FS225Q0078Type: Solicitation
Overview

Buyer

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

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

GASOLINE RECIPROCATING ENGINES, EXCEPT AIRCRAFT; AND COMPONENTS (2805)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the replacement and installation of an outboard motor on a 1999 Workskiff INC boat at the Rice Lake National Wildlife Refuge in Minnesota. The project involves trading in two used outboard motors and installing a new motor that meets specific criteria, including a power range of 130-150 HP and compliance with U.S. Coast Guard regulations. This procurement is a total small business set-aside, emphasizing the importance of meeting specifications, delivery lead times, and pricing in the evaluation process. Interested contractors should contact Renee Babineau at renee_babineau@fws.gov or call 404-679-7349 for further details and to submit their quotations.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) details the requirements for replacing an outboard motor on a 1999 Workskiff INC boat at the FWS Rice Lake National Wildlife Refuge. The project incorporates trading in two used outboard motors (Evinrude 115 and Honda 130) and installing a new motor that adheres to specific criteria, including a power range of 130-150 HP, compliance with U.S. Coast Guard regulations, and essential features such as electric start and electronic fuel injection. Contractors must ensure installation follows industry standards, utilizing an approved manufacturer dealer, and provide a timeline for the process. Deliverables include trade-in documentation, an installation report, and warranty information. Acceptance criteria focus on operational readiness of the new motor and completeness of required documentation. The evaluation will prioritize the ability to meet specifications, delivery lead time, pricing, and trade-in acceptance, emphasizing value for the government.
    This document outlines a Request for Quotation (RFQ) by the U.S. Fish and Wildlife Service (FWS) for the replacement and installation of an outboard motor on a 1999 Workskiff INC Custom boat at Rice Lake National Wildlife Refuge, Minnesota. The project includes the trade-in of two old outboard motors and requires that the new motor meets specified compatibility and regulatory requirements. It is a 100% total small business set-aside. Offerors must respond with detailed specifications of the motor, lead times, pick-up or delivery fees, and ensure compliance with provided guidelines, including installation by an approved dealer. The RFQ emphasizes the importance of conformance to specifications and lead times as more favorable than price alone, indicating an objective assessment for the award. Furthermore, specific clauses and regulations from the Federal Acquisition Regulation (FAR) are referenced, including provisions for electronic invoicing and payment procedures. Overall, the document serves as a formal solicitation aimed at securing competitive bids from qualified small businesses specializing in motor installations and servicing, promoting local economic growth while fulfilling government procurement needs.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CA-LODI FWS BOAT RE-FINISHING
    Buyer not available
    The U.S. Fish and Wildlife Service (US FWS) is seeking qualified small businesses to provide boat resurfacing, refinishing, and repainting services for 17 workboats located in Lodi, California. The objective of this procurement is to refurbish these boats, which are essential for biological sampling and monitoring in the California Delta and San Francisco Estuary, ensuring their protective coatings are maintained, as these typically wear out every 6-10 years. The selected contractor will be responsible for stripping old paint, preparing surfaces, and applying new coatings according to specified standards, with the performance period set from June 1, 2025, to June 1, 2027. Interested parties must submit their quotations by March 26, 2025, and must be registered as active vendors in the System for Award Management (SAM). For further inquiries, contact Chelsea Devivo at chelseadevivo@fws.gov.
    CA-RED BLUFF NWO-ROTARY SCREW TRAP PONTO
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of Rotary Screw Trap Pontoons and Liveboxes to support the Mainstem Juvenile Monitoring Program at the Red Bluff Fish and Wildlife Office in California. This total small business set-aside solicitation requires the delivery of 22-foot long pontoons and two liveboxes with removable screens, which are critical for monitoring juvenile fish populations, particularly endangered species, in the Sacramento River. The specifications include structural requirements and assembly details to ensure compatibility with existing rotary screw trap frames, emphasizing the importance of these items in conservation efforts. Interested vendors must submit their quotes by March 7, 2025, and are encouraged to register in the System for Award Management (SAM) to be eligible for consideration; for further inquiries, contact Marshall Richard at marshallrichard@fws.gov.
    19--BOATS, MOTOR, AND TRAILERS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotes for the procurement of boats, motors, and trailers, specifically under the combined synopsis/solicitation notice number 140G0225Q0036. The procurement includes a requirement for three boat hauls, outboard motors, and corresponding trailers, with options for additional equipment contingent on available funding, emphasizing the importance of these assets for enhancing operational capabilities. This opportunity is set aside for small businesses under NAICS Code 336612, which pertains to boat building, and proposals will be evaluated based on the lowest price that meets the technical requirements outlined in the solicitation. Interested vendors must submit their quotes by March 17, 2025, and can direct inquiries to Janice Moye at jmoye@usgs.gov.
    MN-MN VALLEY NWR-TRUCK UPFITTING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for truck upfitting services at the Minnesota Valley National Wildlife Refuge (NWR). The procurement involves modifications to a 2024 RAM 3500 Regular Cab 4x4 vehicle, including the installation of a Rugby Dump Body, wiring, and various accessories, all in compliance with Department of Transportation (DOT) regulations and warranty considerations. This opportunity is particularly significant as it promotes small business participation, with a total small business set-aside designation, and emphasizes the importance of adhering to federal procurement standards. Interested vendors must submit their quotations, including technical capabilities and past performance references, via email to Dana Arnold by March 25, 2025, and ensure they are registered in the System for Award Management (SAM).
    WA LITTLE WHITE SALMON NFH GEN MAINT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for generator maintenance services at the Columbia River Gorge Complex, specifically for three hatcheries: Little White Salmon NFH, Spring Creek NFH, and Willard NFH. The contract, structured as a total small business set-aside, requires vendors to provide routine maintenance and emergency repairs for five generators, ensuring their reliable operation throughout the performance period from April 1, 2025, to April 1, 2026, which includes a one-year base period and four option years. This procurement is vital for maintaining operational efficiency and supporting federal fish conservation efforts. Interested small businesses must submit their proposals by March 19, 2025, and can contact Oscar Orozco at oscarorozco@fws.gov for further information.
    HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide Marine Natural Resource Support Services for the Pacific Islands Fish and Wildlife Office, specifically for projects at Wake Atoll. Contractors must possess valid U.S. Coast Guard Captain’s licenses, have prior experience with vessel operations and SCUBA, and be residents of Hawaii, as the services will include operating vessels for scientific diving, conducting inspections for SCUBA tanks, and managing logistics for field operations. This procurement emphasizes environmental conservation and compliance, with a contract performance period from April 1, 2025, to April 1, 2026, and a potential one-year extension. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and interested parties can contact Oscar Orozco at oscarorozco@fws.gov for further information.
    LMA STS Fish Screen Motors
    Buyer not available
    The U.S. Army Corps of Engineers is seeking qualified vendors to supply six 5 HP Baldor Reliance submersible motors for the STS fish screens at the Lower Monumental Project in Kahlotus, Washington. The procurement requires that the motors meet specific technical specifications, including features such as carbon ceramic seals and motor lead cables, with a delivery timeline of 14 weeks post-contract award. These motors are critical for the operation of fish screens at the Lower Monumental Lock and Dam, ensuring compliance with environmental regulations. Interested vendors must register at www.sam.gov and submit their proposals, including a signed Standard Form 1449 and a completed pricing schedule, to Keree Graves at keree.graves@usace.army.mil or Sara Edwards at sara.edwards@usace.army.mil by the specified deadline.
    Utility Boat Engine Installation Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide engine installation services for a United States Coast Guard (USCG) 41-foot Utility Boat as part of a project aimed at enhancing the operational efficiency of the R4108 research vessel. The procurement involves a range of tasks including vessel relocation, project management, disconnection and removal of existing engines, installation of new engines, and conducting sea trials, with a focus on compliance with industry standards and regulatory requirements. This initiative is crucial for modernizing maritime research capabilities and aligns with federal funding objectives to support environmental research initiatives through updated technology. Interested parties must submit their responses to the Sources Sought Notice by March 18, 2025, at 10:00 AM Mountain Time, and should contact Anthony Eubanks or Remo Dela Cruz for further information.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    J--CA SACRAMENTO NWR COMPLEX TRACTOR REPAIR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the repair of the air conditioning system in a Case 135 Ag Tractor at the Sacramento National Wildlife Refuge Complex in California. This opportunity is a total small business set-aside, requiring contractors to provide a detailed quotation by March 18, 2025, and to adhere to specific federal regulations, including environmentally sustainable practices. The contract performance period is set from April 1, 2025, to May 1, 2025, and interested vendors must be registered with the System for Award Management (SAM) to participate. For further inquiries, potential bidders can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.