D--Special Notice of Intent to Sole Source Award
ID: DOIFFBO250053Type: Special Notice
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), has issued a special notice of intent to award a sole source contract for IT and telecom business application development support services. This procurement aims to secure specialized services under the NAICS code 541519, which encompasses other computer-related services, to enhance the FWS's IT capabilities. The selected contractor will play a crucial role in supporting the agency's IT infrastructure and application development needs. Interested parties can reach out to Lorenzo Aragon at lorenzo_aragon@fws.gov or by phone at 505-248-6627 for further details regarding this opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    7A--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is planning to award a sole source contract for the Enerdeq web platform, provided exclusively by S&P Global, to facilitate access to essential oil and gas data for managing its refuges. This procurement is critical as it allows FWS to efficiently compile and utilize standardized data, which would otherwise be costly and time-consuming to gather independently. Since 2014, FWS has relied on this annual subscription, valued at approximately $45,000, to support its conservation efforts through reliable data management. Interested parties can reach out to John Skogen at JackSkogen@fws.gov or call 612-713-5210 for further inquiries regarding this opportunity.
    S--NOTICE OF INTENT to AWARD SOLE SOURCE for USFWS Marquette Biological Station fo
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (USFWS), intends to award a sole source contract for services at the Marquette Biological Station. The procurement focuses on facilities support services, particularly in housekeeping and surveillance, as indicated by the NAICS code 561210 and PSC code S211. These services are crucial for maintaining the operational integrity and cleanliness of the biological station, which plays a vital role in wildlife conservation efforts. Interested parties can reach out to Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321 for further details regarding this opportunity.
    V--Notice of Intent to Sole Source
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, has issued a Notice of Intent to Sole Source for lodging services under the NAICS code 721110, which pertains to hotels and motels. The procurement aims to secure travel and lodging accommodations necessary for the agency's operations, emphasizing the importance of reliable and accessible lodging for personnel engaged in various field activities. Interested vendors can reach out to Joni Dutcher at jonidutcher@fws.gov or call 571-447-8387 for further details regarding this opportunity.
    7G--Special Notice of Intent to Sole Source Award
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, has issued a special notice of intent to award a sole-source contract for Biomark RFID systems. This procurement is aimed at acquiring compatible equipment necessary for monitoring bat populations at various roosts impacted by dam removal projects on the Klamath River, where existing installations of Biomark systems require the same brand for accurate data comparison. The urgency of this acquisition is underscored by the limited availability of alternatives that can ensure cross-compatibility with the existing systems, making Biomark the only viable supplier. Interested parties can reach out to Carter Duke at carterduke@fws.gov for further inquiries regarding this opportunity.
    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.
    59--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the procurement of custom VHF patagial transmitters, which are essential for tracking the critically endangered California condor. The transmitters, manufactured exclusively by Advanced Telemetry Systems, Inc., must meet specific requirements, including being lightweight, having a battery life of at least 24 months, and featuring a mortality mode, to effectively support the California Condor Recovery Program. This acquisition is justified due to the unique nature of the equipment and the urgency of the wildlife tracking efforts, with the contract being set aside for small businesses under FAR 19.5. Interested parties can reach out to John Skogen at JackSkogen@fws.gov or by phone at 612-713-5210 for further details.
    F--Predator Control at Attwater Prairie Chicken NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for predator control services at the Attwater Prairie Chicken National Wildlife Refuge (NWR). The primary objective of this procurement is to manage and mitigate predator populations that threaten the habitat and survival of the Attwater Prairie Chicken, a species of concern. Effective predator control is crucial for the conservation efforts aimed at protecting this endangered bird and its ecosystem. Interested contractors can reach out to Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321 for further details regarding this special notice.
    CHPS-HEC Modeling Software Development & Support Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide development and support services for the CHPS-HEC modeling software. The objective of this procurement is to enhance and maintain the software, which is crucial for hydrologic and hydraulic modeling applications used in various environmental assessments and decision-making processes. This opportunity falls under the NAICS code 541512, indicating a focus on computer systems design services, and is vital for ensuring the reliability and effectiveness of NOAA's modeling capabilities. Interested parties can reach out to Jamie Rosales at jamie.rosales@noaa.gov or by phone at 303-578-6951 for further information regarding this special notice.
    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.
    Notice of Intent to Sole Source - L3Harris Technologies, Inc.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Atlantic, has issued a presolicitation notice regarding a sole source procurement for L3Harris Technologies, Inc. This opportunity involves acquiring specialized services categorized under Other Computer Related Services, which are critical for supporting the Navy's IT and telecommunications needs. The procurement is essential for maintaining operational capabilities and ensuring the effectiveness of defense systems. Interested parties can reach out to Contract Specialist Teaira Hawley at teaira.l.hawley.civ@us.navy.mil or by phone at 757-541-5296 for further details.