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
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.
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.
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.
J--MN-MN VALLEY NWR-TRUCK UPFITTING
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for truck upfitting services at the Minnesota Valley National Wildlife Refuge (MN VLY NWR). The procurement involves modifications to a 2024 RAM 3500 Regular Cab 4x4 vehicle, including the installation of a customer-provided Rugby Dump Body, wiring, and various accessories, all in compliance with Department of Transportation (DOT) regulations. This project is crucial for enhancing the operational capabilities of the refuge's vehicles, ensuring they meet safety and performance standards. Interested parties must submit their quotations via email by April 22, 2025, and include necessary documentation such as a completed SF 1449 form, technical capabilities, and past performance references. For further inquiries, contact Dana Arnold at danaarnold@fws.gov or call 703-468-8289.
J--ID-MINIDOKA NWR-REPLACING BOAT ENGINE
Buyer not available
The U.S. Department of the Interior, specifically the Fish and Wildlife Service, is seeking quotations for the repair and overhaul of a 2001 JetCraft boat at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project involves replacing the boat's engine with a modern KEM 6.2L V8, overhauling the decking, upgrading electrical systems, and inspecting critical components to ensure operational reliability and safety. This refurbishment is crucial for maintaining the vessel's effectiveness in supporting wildlife conservation efforts. Interested vendors must submit their quotes by April 30, 2025, with the anticipated completion date for the work set for March 31, 2025. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
66--CA-LODI FWO-NOTUS G700AP15 HYDROPHONE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting quotes for an Omni Portable Trawl Hydrophone and a Trawlmaster Command Unit or an equivalent product, with the aim of enhancing their aquatic monitoring capabilities. The procurement is intended for a Firm-Fixed Price Contract, emphasizing fair pricing and best value for the government, with a required delivery date set for May 15, 2025, and a performance period from April 15, 2025, to May 15, 2025. This equipment is crucial for effective wildlife management and research, supporting the agency's mission to conserve fish and wildlife resources. Interested vendors must be registered in the System for Award Management (SAM) and submit their quotes via email by April 17, 2025, following the recent amendment that dissolved the Small Business Set-Aside designation, allowing all responsible bidders to participate. For further inquiries, potential contractors can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
CA-COLEMAN NFH-URGENT TRUCKING OPERATION
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors for the CA-Coleman NFH-Urgent Trucking Operation. This procurement involves specialized freight trucking services, focusing on the transportation of goods essential for wildlife management and conservation efforts. The contract is set aside for small businesses, emphasizing the government's commitment to supporting small enterprises in fulfilling critical operational needs. Interested parties can reach out to Oscar Orozco at oscarorozco@fws.gov for further details, although specific funding amounts and deadlines have not been provided in the overview.
US Air Force Research Laboratory Vehicular Mainten
Buyer not available
The Department of the Interior, through the Interior Business Center, is soliciting proposals for Mobile Mechanic Services to maintain and repair low-speed vehicles at Eglin Air Force Base, Florida. The contract will cover a six-month base period from June 1 to November 30, 2025, with the option for four additional one-year extensions, and is valued at approximately $12.5 million. These services are crucial for ensuring the operational readiness of essential vehicles such as mowers and forklifts, which play a vital role in base maintenance and operations. Interested contractors must submit their quotes by April 25, 2025, and are encouraged to contact Lydia Schickler at lydiaschickler@ibc.doi.gov or 703-964-4872 for further information.
Z--Inspection maintenance and repair of garage doors
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for the inspection, maintenance, and repair of heavy-duty motorized rolling garage doors at the Don Edwards San Francisco Bay National Wildlife Refuge maintenance shop in Fremont, CA. The project involves repairing a malfunctioning door, assessing the condition of four additional doors, and conducting necessary maintenance or repairs, all of which must comply with Federal Acquisition Regulation (FAR) guidelines. This contract is crucial for ensuring the safety and effective functionality of the maintenance shop facilities, with a performance period from May 2, 2025, to September 30, 2025. Interested contractors must submit their quotes by April 18, 2025, and can reach out to Chelsea Devivo at chelseadevivo@fws.gov for further inquiries.
(EN8126) TRANSFER CASE REPAIR - Fire Truck
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking qualified small businesses to provide repair services for a transfer case on a 2022 Freightliner fire engine. The procurement includes diagnosing, repairing, or replacing the transfer case, along with necessary labor and towing services, with a focus on using OEM parts and adhering to federal standards. This opportunity is critical for maintaining the operational readiness of fire-fighting equipment, ensuring timely and effective responses to emergencies. Quotes are due by April 18, 2025, and interested vendors must have an active registration in the System for Award Management (SAM) and be located within 150 miles of Cedar City, Utah. For inquiries, contact Shane Webster at barclay.webster@usda.gov or call 801-908-1904.