AL DEEP HORIZON NRDA & RESTOR AE. IMAGES
ID: 140FNR25Q0019Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, NRDARFalls Church, VA, 22041, USA

NAICS

Commercial Photography (541922)

PSC

PHOTO/MAP/PRINT/PUBLICATION- AERIAL PHOTOGRAPHIC (T009)
Timeline
    Description

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide high-resolution aerial imaging services as part of the Deepwater Horizon Natural Resource Damage Assessment and Restoration program. The contract involves delivering seven key deliverables, including five periods of imagery focused on bird populations at North Breton Island, Louisiana, between May 1, 2025, and September 30, 2025. This initiative is crucial for monitoring and restoring ecosystems affected by the Deepwater Horizon oil spill, ensuring that the imagery meets stringent quality standards and compliance with federal regulations. Interested bidders should submit detailed quotations and can direct inquiries to William Fluharty at william_fluharty@fws.gov, with the total contract value not exceeding $9 million and a focus on small business participation.

    Point(s) of Contact
    Fluharty, William
    (703) 358-2631
    (703) 358-2264
    william_fluharty@fws.gov
    Files
    Title
    Posted
    The document is a "Past Experience Questionnaire" primarily designed for businesses to showcase their qualifications and experience in government contracting. It collects general business information, including company details, organization date, principal contacts, and Dun & Bradstreet numbers. A significant portion of the questionnaire focuses on detailing contracts or subcontracts the company has completed or is currently managing. This includes acquiring information on contracting agencies, contacts, contract amounts, product titles, project scopes, roles within the contracts, subcontracted work, and overall performance metrics such as delivery dates and quality control measures. The main purpose of the questionnaire is to gather evidence of past performance to assess a company's eligibility and reliability as a partner in federal or state contracting opportunities. By evaluating the past contracts, including any quality or safety issues encountered and how they were resolved, agencies can gauge the firm’s capability in fulfilling government contracts. In summary, this questionnaire serves as both a vetting tool and a formal method for organizations to present their track record, ensuring that only competent firms engage in federal and local projects. As such, it plays a vital role in the procurement process associated with government grants and RFPs.
    The Performance Work Statement (PWS) outlines a contract for high-resolution aerial imaging of bird populations at North Breton Island, part of the Breton National Wildlife Refuge in Louisiana, slated for 2025. The contractor is responsible for delivering specific end products, including five orthomosaic images captured during various periods of the bird nesting season between April and August 2025, along with a detailed report of the acquisition methodology and all associated data and metadata. Compliance with federal, state, and local regulations and stringent quality control measures is required throughout the process. The contractor must ensure the imagery meets a high-resolution standard (Ground Sampling Distance of 1.1 cm or less) and encompass the entire island and a 100-meter water buffer. The contract emphasizes data rights, requiring all deliverables to remain the exclusive property of the government and mandates that all data be publicly accessible. This initiative is aligned with the goals of the Deepwater Horizon Oil Spill Natural Resource Damage Assessment and Restoration program, aiming to monitor and restore the affected ecosystems effectively. The PWS serves to guide contractors on their obligations and ensures accountability in fulfilling the project’s objectives.
    The file is a Request for Quotations (RFQ) for high-resolution aerial imaging services related to the Deepwater Horizon Gulf restoration effort, specifically targeting bird populations at North Breton Island, Louisiana. The contract seeks to acquire and deliver seven deliverables, including five specific periods of imagery, project data, metadata, and a final report between May 1, 2025, and September 30, 2025. The solicitation is categorized as a Small Business set aside under NAICS code 541922, with a total contract value not exceeding $9 million. Bidders must provide detailed quotations and can submit queries to the designated government contact. Furthermore, the RFQ delineates terms regarding safeguarding contractor information, payment procedures through electronic invoicing, and relevant federal acquisition clauses. Overall, this RFQ outlines essential requirements for contractors to support federal efforts in avian environmental monitoring, emphasizing the need for high-quality imaging and associated documentation to inform restoration activities. The format adheres to federal regulations, ensuring compliance and clarity in the procurement process.
    The document provides a wage determination under the U.S. Department of Labor's Service Contract Act, specifically Wage Determination No. 2015-5189, revised as of 12/23/2024. It outlines wage requirements for federal contracts in Louisiana, categorizing different occupations and their respective minimum wage rates. The determination states that contracts effective on or after January 30, 2022, must compensate workers at least $17.75 per hour, while those awarded earlier but not extended after the date must pay at least $13.30 per hour. Additionally, all classified occupations receive mandatory fringe benefits, including health and welfare, vacation, and holiday pay. Occupations range from administrative roles to specialized technicians, each with defined rates, some influenced by prevailing Executive Orders. The document specifies compliance guidelines for contractors regarding unlisted classifications, sick leave provisions, and uniform allowances. These regulations aim to ensure fair labor standards and protections under federal law, affecting local economies and contractor responsibilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    B--Petrel Support Services
    Interior, Department Of The
    The Department of the Interior is seeking proposals for the procurement of Petrel Exploration and Production (E&P) software licenses and associated administrative support services. This requirement aims to assist the U.S. Department of the Interior's International Technical Assistance Program (DOI-ITAP) in enhancing Ukraine's energy sector, specifically by supporting UkrGasVydobuvannya (UGV) in increasing domestic gas production through the use of advanced data analysis and modeling tools. The contract will be a sole-source acquisition with a performance period from December 31, 2025, to August 30, 2026, and quotes are due by December 16, 2025, at 12:00 PM EST. Interested parties should contact Joelle Donovan at joelledonovan@ibc.doi.gov for further information.
    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.
    15--RFI for Easy Aerial Tethered UAS
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    Steller Sea Lion Artificial Intelligence Image Processing and Counting Enhancement Effort
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole-source contract with Kitware, Inc. for the enhancement of artificial intelligence (AI) image processing and counting methods related to Steller sea lion populations in Alaska. The project aims to refine aerial imagery collection processes by improving existing detection and classification models, which are currently time-consuming and inaccurate, often relying on manual counting methods that can take up to four months. This initiative is crucial for effective conservation efforts, as it seeks to streamline monitoring processes and enhance data analysis capabilities for protected marine species. Interested vendors must submit their affirmative responses, demonstrating their understanding and capability to meet the requirements outlined in the Performance Work Statement, by 3:30 P.M. Pacific Standard Time on August 1, 2025, to Jamie Abu Shakrah at Jamie.AbuShakrah@noaa.gov.
    76--GPSC5 Amendment Five Request for Qualifications
    Interior, Department Of The
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Garmin International, Inc. for the provision of annual subscriptions to aircraft navigation databases essential for the safety and operational efficiency of its fleet aircraft. This procurement is necessary to ensure continued access to critical navigation databases that enhance pilot situational awareness, navigation, and obstacle avoidance, which are vital for safe flight operations. The contract will be firm-fixed price and is expected to be awarded under the authority of FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzoaragon@fws.gov, but no telephone inquiries will be accepted.