54--SC-BEARS BLUFF NFH-FIBERGLASS TANKS
ID: 140FS326Q0008Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

All Other Plastics Product Manufacturing (326199)

PSC

STORAGE TANKS (5430)

Set Aside

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

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is soliciting quotes for the procurement of three fiberglass aquaculture tanks for the Bears Bluff National Fish Hatchery located in Wadmalaw Island, South Carolina. The tanks must meet specific requirements, including being 10 feet in diameter and 3 feet deep, with features such as sectional fiberglass construction, a recessed sump, and a polished gelcoat finish. These tanks are critical for housing aquatic species, supporting the hatchery's mission to enhance fish populations and ecosystems. Interested small businesses must submit their quotes by January 12, 2026, at 3 PM EST, and can direct inquiries to Merenica Banks at merenica_banks@fws.gov or by phone at 703-358-2072.

    Point(s) of Contact
    Files
    Title
    Posted
    Bears Bluff National Fish Hatchery requires three 10-ft round, 3-ft deep fiberglass aquaculture tanks for housing aquatic species. The tanks must be sectional, with a 6-inch deep recessed sump designed to accept a 6-inch schedule 40 PVC standpipe, and a 3-inch PVC slip x slip coupler for drainage. They need a 3-inch schedule 40 PVC 90-degree elbow as the drain and fiberglass skirting providing at least 6 inches of ground clearance. The interior must have a smooth polished black gelcoat, and the exterior a gray pigment gelcoat, with a minimum wall thickness of 3/16 inch and a gel coat thickness of 20 mils. Pricing must include delivery to 7030 Bears Bluff Rd, Wadmalaw Island, SC, during normal operating hours (Mon-Fri, 7:30 am-3 pm), with the shipper responsible for offloading. Contractors must provide a price quotation based on these specifications, noting any deviations to the Contracting Officer before the solicitation period closes. The contact for delivery is James Henne at 843-559-2315 or James_Henne@fws.gov.
    This document is a price schedule (Attachment 2) for the procurement of fiberglass aquaculture tanks under Solicitation Number 140FS326Q0008. It requires vendors to provide quantities and unit prices for three fiberglass aquaculture tanks, including associated delivery costs to the USFWS, Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The form also requests the total quote amount, vendor company name, representative name and signature, contact email, SAM.GOV UEI number, and estimated delivery/completion date. This document serves as a standard pricing template for vendors bidding on a federal government Request for Proposal (RFP) for specific equipment.
    This amendment to solicitation 140FS326Q0008/0001, issued by FWS SAT Team 3, outlines the purchase of three new Fiberglass Tanks for FWS Bears Bluff NFH. The solicitation is a Request for Quote (RFQ) targeting small businesses, with award based on the Lowest Price Technically Acceptable (LPTA) criteria. Offerors must acknowledge the amendment by completing items 8 and 15, returning copies, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge prior to the specified hour and date may lead to rejection. The amendment updates the Statement of Work (SOW) and maintains all other terms and conditions. Key evaluation factors include technical acceptability (product matching specifications, SAM registration, correct paperwork submission) and price (firm fixed price quote with detailed components, pictures, labor, delivery price, and scheduled delivery date). Questions are due by January 8, 2026, and quotes by January 12, 2026, both by 3 PM EST, to Merenica Banks.
    This Request for Quotation (RFQ) 140FS326Q0008, issued by FWS SAT Team 3, is for the purchase and delivery of three new fiberglass tanks for the FWS Bears Bluff NFH in Wadmalaw Island, SC. The solicitation is a small business set-aside and will result in a firm-fixed-price contract awarded based on the Lowest Price Technically Acceptable (LPTA) method. Key evaluation factors include technical compliance with specifications, SAM registration, correct submission of all required paperwork, and a firm fixed price quote detailing components, pictures, labor, and delivery. Quotes are due by January 12, 2026, at 3 PM EST. The document also outlines standard government contract clauses, including those for invoicing via the IPP system, inspection, payment terms, and dispute resolution.
    The Bears Bluff National Fish Hatchery requires three 10-ft round, 3-ft deep fiberglass aquaculture tanks for housing aquatic species. The Statement of Work outlines specific requirements: tanks must be sectional fiberglass with a 36-inch internal height and 50-inch external height, featuring a 4-inch deep recessed sump for a 6-inch PVC standpipe, and a 3-inch PVC coupler and 90-degree elbow drain. They need fiberglass skirting providing 4-inch ground clearance, a smooth polished black gelcoat interior, gray gelcoat exterior, minimum 3/16-inch wall thickness, and 20mils gel coat thickness. Pricing must include all costs, including delivery to 7030 Bears Bluff Rd, Wadmalaw Island, SC 20487, during normal operating hours (Mon-Fri, 7:30am-3pm). The contractor must provide a price quotation based on these specifications, noting any deviations to the Contracting Officer before the solicitation closes. The tanks should be packaged for forklift offloading. James Henne is the on-site point of contact.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks are required to match existing models and will be utilized to store potable water for wildlife, particularly in drought-prone areas. The contract is a 100% Total Small Business set-aside, firm-fixed-price agreement, with quotes due by December 22, 2025, at 5:00 pm EST, and a performance period from December 29, 2025, to February 16, 2026. Interested vendors should direct inquiries and submissions to Khalilah Brown at khalilahbrown@fws.gov.
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon above-ground tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank, and reconnection of supply lines for an emergency generator. This upgrade is crucial for maintaining operational efficiency and safety standards at the hatchery, which will continue operations during the project. Interested contractors should note that quotes are due by January 13, 2026, with a site visit scheduled for January 7, 2026, and all inquiries must be directed to Christa Garrigas at christagarrigas@fws.gov by January 8, 2026. The estimated construction cost is between $25,000 and $100,000, with work expected to commence on January 20, 2026, and conclude by February 20, 2026.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    Y--SC WACCAMAW NWR RICE TRUNKS REPAIR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the repair of rice trunks at the Waccamaw National Wildlife Refuge in Georgetown County, South Carolina. The project entails replacing rice trunks and a spillway box, enhancing dikes, repairing boards and bulkheads, fixing tractor bridges, and removing invasive plant species. This procurement is crucial for maintaining the ecological integrity of the refuge and ensuring the effective management of water resources. The solicitation package will be available on SAM.gov on January 12, 2025, and interested contractors must be registered in SAM to participate. For further inquiries, contact Nelson T. Crawford at nelsoncrawford@fws.gov or call 404-679-4077.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    FL- WELAKA NFH-GARAGE DOORS - BEECHER UNIT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a construction project to replace seven manually opened garage doors at the Welaka National Fish Hatchery (NFH), Beecher Unit, located in Crescent City, Florida. The project involves the removal of existing doors and the installation of new hurricane-rated sectional doors, including all necessary hardware, to meet local wind load requirements. This procurement is a 100% Total Small Business Set-Aside, with a contract value estimated to be less than $25,000, and will be awarded based on the Lowest-Price/Technically Acceptable criteria. Proposals must be submitted via email to johnferrall@fws.gov by January 9, 2026, at 5:00 PM EST, and a site visit is highly recommended for interested contractors.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.
    NM-SOW NATIVE ARC-TISSUE PROCESSOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for an Automatic Tissue Processor specifically from Leica Biosystems/Leica Microsystems Inc. as part of a solicitation for the NM Southwestern Native Aquatic Resources and Recovery Center (ARC). This procurement is a Total Small Business Set-Aside and aims to acquire a brand-name tissue processor that meets specific technical requirements, including automated programmable cycles and vacuum infiltration, essential for histopathological evaluation of fish tissues related to endangered species research. Interested vendors must submit their quotes by January 14, 2025, at 1:00 PM Eastern Time, via email to danaarnold@fws.gov, with delivery expected by April 30, 2026, and the contract will be a firm-fixed-price order.
    49--NV-AMARGOSA PFISH RCH STA-WTR TRUCK REPA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking a contractor for the repair of a water truck at the Amargosa Pupfish Research Station in Amargosa Valley, Nevada. The project involves comprehensive repairs on a 2009 Freightliner water truck, addressing various mechanical issues such as fault codes, oil leaks, fuel system problems, and more, with a requirement for completion within 30 days of contract award. This procurement is critical for maintaining operational efficiency at the research station, ensuring reliable transportation for water resources. Interested small businesses must submit their quotes by September 18, 2025, at 5 PM ET, and are required to acknowledge receipt of the solicitation amendment by December 16, 2025, to be considered for the contract. For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    Procurement of Fuel Tanks
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of fuel tanks for aircraft. This opportunity involves the acquisition of 19 units each of right and left fuel tanks, which must be newly manufactured commercial items sourced from Original Equipment Manufacturers (OEMs) such as Sikorsky Aircraft Corporation and Meggitt (Rockmart), Inc. The procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all components meet stringent FAA guidelines and OEM specifications. Interested vendors must submit their quotations by January 5, 2026, with an anticipated award date around April 1, 2026. For further inquiries, contact Steven Levie at steven.a.levie@uscg.mil or by phone at 206-815-2059.