Formalin for Dworshak NFH
ID: 140FGA24Q0040Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Sporting and Athletic Goods Manufacturing (339920)

PSC

STORAGE TANKS (5430)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of formalin to treat adult Chinook salmon and steelhead trout at the Dworshak National Fish Hatchery (DNFH) in Orofino, Idaho. The contract requires the delivery of seven totes, each containing 275 gallons of formalin with specific chemical concentrations, by September 15, 2024, to ensure effective treatment for parasites affecting the fish. This procurement is crucial for maintaining the health of salmonid populations and supports the hatchery's operational needs. Interested small businesses must submit their quotes by September 18, 2024, and can contact Justine Coleman at justine_pasiecnik@fws.gov or 413-253-8287 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Dworshak National Fish Hatchery (DNFH) is seeking a contractor to supply formalin for treating adult Chinook salmon and steelhead trout, salmonid eggs, and juvenile fish for parasites. The required specifications include a formaldehyde concentration of 30-40%, methanol content of 6-14%, and inert ingredients totaling 47-57%. The contractor must deliver 7 totes, each containing 275 gallons, to DNFH in Orofino, ID by September 15, 2024. All products must be specifically approved for fish use and include Safety Data Sheets upon delivery. The document emphasizes compliance with environmentally sustainable practices per Executive Order 13101, requiring the incorporation of environmentally preferable products in grant/contract activities. Furthermore, delivery must align with the hatchery's operational hours and will be inspected upon arrival by designated hatchery staff. The government will provide equipment for unloading. The purpose of this document is to outline the procurement requirements for formalin, detailing delivery specifications and compliance with federal environmental policies while ensuring coordinated logistics for treatment supply.
    The document is a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service (FWS) for the procurement of Formalin to treat adult Chinook salmon and steelhead trout at the Dworshak National Fish Hatchery in Orofino, Idaho. The RFQ is designated as a total small business set-aside, indicating that only small businesses may submit quotes. Quotes are due by September 18, 2024, with a performance period anticipated to last 45 days after receipt of order (ARO). The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) approach, where the most competitive quote meeting technical requirements will be selected. The RFQ outlines required representations and certifications related to various compliance and business standards, including the prohibition against using covered telecommunications equipment or services. Additional provisions include requirements for registration with the System for Award Management (SAM) and stipulations regarding the delivery and payment terms. This RFQ encapsulates the federal procurement process aimed at engaging responsible vendors to fulfill the service needs of the FWS while adhering to regulations designed to promote fair competition and ensure the quality of goods and services acquired for government use.
    Lifecycle
    Title
    Type
    Formalin for Dworshak NFH
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    WA-SPRING CRK NFH-DE-WATERING & EFFLUENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a federal contract to service and install pumps at the Spring Creek National Fish Hatchery in Washington State. The procurement involves servicing a 30 HP de-watering pump and installing a new 7.5 HP effluent pump, with a focus on ensuring operational efficiency and compliance with federal regulations. This opportunity is particularly significant as it supports the maintenance of vital hatchery services, which are crucial for the management of fishery resources. Interested small businesses must submit their quotes electronically by September 19, 2024, with the contract performance period running from September 23, 2024, to November 30, 2024. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
    56--AR - NORFORK HATCHERY COLUMN AERATION UNITS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is conducting a Sources Sought Notice for the procurement of oxygenation equipment and aluminum packed columns for the Norfork National Fish Hatchery in Mountain Home, Arkansas. The anticipated contract will involve supplying vertical column aeration units, stands, and fill material, specifically designed to remove volatile organic compounds (VOCs) from water through air stripping processes. This equipment is crucial for maintaining water quality in aquaculture environments, ensuring the health and sustainability of fish populations. Interested businesses are invited to respond by providing their Unique Entity Identifier (UEI), relevant NAICS codes, and documentation of past projects similar to the requirements outlined, with responses due by September 8, 2024, at 5:00 PM ET. For further inquiries, contact Tina Baker at tinabaker@fws.gov.
    CA-SAN LUIS NWR-UTRIA-WADERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of essential equipment for the San Luis National Wildlife Refuge (NWR) in California, specifically targeting the nutriad eradication program. The procurement includes 60 pairs of breathable stockingfoot waders, 46 pairs of rubber sole wading boots, and 60 dry bags, all of which are critical for effective wildlife management in challenging environmental conditions. This opportunity is designated as a total small business set-aside, emphasizing the importance of durability and wearability in the selection criteria, with contract options available for increased supply if necessary. Interested vendors must submit a completed SF-1449 form electronically by September 16, 2024, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
    N--OK-TISHOMINGO NFH-POND LINERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project involves the removal of existing liners from Ponds 4 and 14, reshaping the pond bottoms, and installing new underdrain systems along with geotextile fabric and geomembrane pond lining, all aimed at enhancing ecological conditions at the hatchery. This procurement is critical for maintaining the operational integrity of the hatchery and supporting wildlife management efforts, with an estimated project cost between $250,000 and $500,000 and a performance timeline of 90 calendar days. Interested contractors must submit sealed bids electronically by 5:00 PM local time on September 25, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further information.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide construction services valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    Baskett Slough NWR - Cackler Marsh Wetland Restora
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the Cackler Marsh Fish Passage Project, which involves the procurement of specific piping materials necessary for wetland restoration at Baskett Slough National Wildlife Refuge in Dallas, Oregon. The project requires various sizes of HDPE and PVC pipes, elbows, and saddles, with a focus on engaging small businesses as this opportunity is designated as a total small business set-aside under NAICS code 238120. The selected contractor will be responsible for delivering all materials by October 23, 2024, with quotes due electronically by September 17, 2024. Interested parties can contact Terrence Anderson at terrenceanderson@fws.gov or call 682-294-0280 for further information.
    WA-MID-COLUMBIA RIV NWR-FLOWERING RUSH D
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the survey and removal of invasive flowering rush on 10 acres at the Columbia River National Wildlife Refuge, with the potential for additional acreage depending on funding. The objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by employing a contractor to provide all necessary labor, materials, and compliance with safety regulations, culminating in a final report on the effectiveness of the removal efforts. Quotes for this total small business set-aside opportunity are due by September 19, 2024, with the performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit a complete quote, including representations and certifications, to be considered for this project.
    NWW Biological Services Trap and Transport
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, is seeking interested businesses for a service contract titled "NWW Biological Services Trap and Transport." The contractor will be responsible for providing quality assurance and fish sampling functions for the USACE Juvenile Fish Biological Services and Transportation Program at Lower Granite and Little Goose dams, as well as supporting juvenile bypass system operations at Ice Harbor and McNary dams during the base year of 2025 and an option year in 2026. This contract is critical for ensuring the welfare of juvenile fish populations and compliance with environmental regulations, particularly under the Endangered Species Act. Interested parties must submit their capabilities and business size information to Melita S. Doyle via email by 3:00 PM local time on October 3, 2024, as this notice serves for market research and planning purposes only.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, which measure approximately 54' x 110', and must adhere to specific engineering standards, including snow and wind load requirements. This initiative is part of the federal government's commitment to enhancing infrastructure for fish stocking programs and recreational fishing, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.
    Y--OR-DIV OF ENGINEERING-EGG INCUBATION ROOM
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a design-build contract to construct an additional egg incubation room at the Lookingglass National Fish Hatchery. This project aims to enhance the hatchery's egg incubation capacity by 10-15%, thereby improving safety, efficiency, and productivity through the consolidation of equipment and the installation of new structural and mechanical systems. The anticipated contract, classified under NAICS code 238990, will require comprehensive design and construction services, including site development and utility connections. Interested parties, particularly small businesses and service-disabled veteran-owned firms, must submit a five-page response detailing their capabilities by September 16, 2024, to Cindy Salazar at CindySalazar@fws.gov.