J--Sole Source Notice of Intent
ID: 140FS325Q0060Type: Special Notice
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 9:00 PM UTC
Description

The U.S. Fish and Wildlife Service intends to award a sole source contract to Thompson Machinery for urgent repair services related to ground effect vehicles, specifically to ensure the safety and operational capability of mission-critical equipment. This contract, valued at less than $250,000, is necessary to address repairs that are essential for loading and unloading operations, as the equipment is currently unsafe for operation. Interested parties who believe they can fulfill this requirement are invited to submit a statement of capabilities via email to Jeremy Tyler at jeremy_tyler@fws.gov, with no telephone inquiries accepted.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide upfit services for emergency vehicles, specifically Ford F-150 trucks, to enhance the safety and functionality of Federal Wildlife Officers. The project requires the installation of emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to strict quality and safety standards while minimizing modifications to maintain vehicle resale value. This initiative is crucial for ensuring that wildlife law enforcement personnel are equipped with reliable and effective vehicles for their duties. Interested vendors must submit their quotes by April 18, 2025, with a delivery deadline set for September 30, 2025. For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and aims to allocate 20% of awards to small businesses. This procurement is critical for maintaining the operational efficiency of the agency's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit a signed form 1449, a statement of capability, and their hourly labor rates, with the contract period set to commence on May 1, 2025, and run through April 30, 2035. For further inquiries, vendors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
J--Region 4 Heavy Equipment Maintenance and Repair BPA
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service (USFWS), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services in Region 4. The selected vendor will be responsible for providing all necessary tools and personnel to perform diagnostics, maintenance, and repairs on various heavy equipment, including backhoes and dozers, with services encompassing preventative maintenance, emergency repairs, field diagnostics, parts provision, and waste disposal. This BPA, which is set for a duration of ten years, is crucial for ensuring the efficient management of operational equipment used by the USFWS across multiple states and territories, with individual orders limited to $2,500 and oversight from trained personnel. Interested parties can contact Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387 for further details.
AK-KENAI NWR-ROAD REPAIR (EQUIP) RENTAL
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking quotes from qualified small businesses for the rental of heavy equipment necessary for road repairs at the Dolly Varden Lake Campground in Sterling, Alaska. The project involves rehabilitating 0.5 miles of gravel road, which includes addressing drainage, vegetation, and ensuring fish and wildlife passage, with the performance period set from May 28, 2025, to June 28, 2025. This procurement is critical for maintaining accessibility and safety within the Kenai National Wildlife Refuge while enhancing wildlife habitats. Interested vendors must submit their quotations by April 21, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award consideration. For further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
66--Special Notice of Intent to Sole Source Award
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Smith-Root, Inc. for the procurement of eDNA compact filtration units essential for maintaining sample integrity and logging metadata. This acquisition is critical for the Environmental DNA metabarcoding program, as Smith-Root is the sole manufacturer of the required filtration units, which are necessary for the operational needs of multiple Fish and Wildlife Conservation Offices (FWCOs). The urgency of this procurement stems from the need to avoid delays associated with validating alternative products, which have been deemed less compatible and more costly. Interested parties may submit capability statements via email to Carter Duke at carterduke@fws.gov, but no telephone inquiries will be accepted.
TX UNALDE NFH GENERATOR REPAIR
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors for the repair and maintenance of a Kohler standby generator and its automatic transfer switch at the Uvalde National Fish Hatchery in Texas. The contractor will be responsible for diagnosing issues, conducting repairs, and ensuring the generator is operational for emergency power, with all work to be performed during normal business hours unless otherwise approved. This procurement is critical for maintaining the facility's operational readiness and compliance with federal regulations, emphasizing the need for specialized services in government facilities. Quotations are due by April 9, 2025, with a required completion date for services by May 31, 2025; interested parties should contact Lydia Patrick at LydiaPatrick@fws.gov or call 308-635-7851 for further details.
58--Special Notice of Intent to Sole Source Award
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Telonics, Inc. for the procurement of global positioning system (GPS) radio collars, which are essential for monitoring grizzly bear movements in the Cabinet, Purcell, and Selkirk Mountains across Montana, Idaho, and Washington. This procurement falls under the NAICS code 334220, focusing on Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, and is categorized under the PSC code 5895 for Miscellaneous Communication Equipment. Interested parties who believe they can fulfill this requirement are invited to submit a statement of capabilities via email to carterduke@fws.gov, as this notice does not constitute a solicitation and no telephone inquiries will be accepted.
MN-FWS DIV OF FACLTS MGMT-PLOW
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotes for the procurement of a V-Plow compatible with existing equipment, intended for delivery to the Seney National Wildlife Refuge by July 31, 2025. The specifications for the V-Plow include a cutting edge width of 9'8", a maximum total width of 10'8", and a maximum height of 6', with specific material and compatibility requirements to ensure functionality with a John Deere loader model 444J. This procurement is crucial for maintaining operational efficiency at the refuge, emphasizing the need for durable and compatible equipment. Interested suppliers must submit their quotes by April 8, 2025, and can direct inquiries to Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
J--R6 - Vehicle Repair/Maint BPA setup
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for vehicle repair and maintenance services across Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The procurement encompasses a wide range of services, including diagnostics, fluid services, electronics, and engine maintenance, with a focus on ensuring that vendors can provide certified mechanics and necessary repair parts. This BPA, valid from May 1, 2025, to April 30, 2035, aims to facilitate efficient vehicle maintenance for government operations while reserving 20% of awards for small businesses. Interested vendors must submit their proposals, including a signed form and hourly labor rates, to Robert Sung at robertsung@fws.gov by the specified deadlines to be considered for this opportunity.
58--Special Notice of Intent to Sole Source Award
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Wildlife Acoustics, Inc. for the procurement of specialized bat monitoring equipment, specifically the SM4Bat-FS detector model, essential for bat acoustic research. This equipment is critical for projects in collaboration with the U.S. Air Force and Army, which require field-durable devices capable of detecting specific frequencies necessary for effective research. The sole-source justification emphasizes that no viable alternatives exist for these acoustic monitors, ensuring compliance with unique operational needs and maintaining research integrity. Interested parties may submit a statement of capabilities via email to Carter Duke at carterduke@fws.gov, although no telephone requests will be honored.