FACILITIES SUPPORT SERVICES
ID: 140G0325Q0044Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFFICE OF ACQUISITON GRANTSSACRAMENTO, CA, 95819, USA

NAICS

Facilities Support Services (561210)

PSC

OPERATION OF GOVERNMENT-OWNED GOVERNMENT-OPERATED (GOGO) R&D FACILITIES (M1HB)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Facilities Support Services at the Western Fisheries Research Center in Seattle, WA. The procurement involves maintaining HVAC and building control systems, with a contract structured for a base year plus two optional renewal years, emphasizing the need for specific certifications such as EPA Universal, BACnet Operator, and Electrical certifications for personnel. This initiative is crucial for ensuring the operational efficiency and safety of the facility, which supports scientific research involving live aquatic species. Interested contractors must submit their quotes via email by May 7, 2025, at 12:00 PM PT, including required documentation and proof of liability insurance, to Elizabeth Adam at eadam@usgs.gov.

    Point(s) of Contact
    Adam, Elizabeth
    (916) 278-9441
    (916) 278-9339
    eadam@usgs.gov
    Files
    Title
    Posted
    The document pertains to a Request for Quote (RFQ) from the U.S. Geological Survey (USGS) for Facilities Maintenance Services at the Western Fisheries Research Center in Seattle, WA. The RFQ is focused on contracting services to maintain HVAC and building control systems for a facility consisting of six buildings. Key aspects include a site visit scheduled for April 29, 2025, and a need for quotes to be submitted by May 5, 2025. The amendment provides answers to potential contractor questions regarding the nature of the job, responsibilities, and the expected qualifications of personnel. Contractors are required to have relevant experience and provide detailed pricing for both the base year and two option years. The solicitation is set aside for small businesses and is governed by specific federal acquisition regulations under FAR. It emphasizes a firm-fixed-price quote evaluation based on technical expertise, past performance, and price. Essential components for submission include signed forms, proof of liability insurance, and a unique entity identifier. The RFQ underscores the government’s guidelines for the procurement process while setting clear expectations for participation and contract requirements.
    The document outlines Amendment 2 to Solicitation No. 140G0325Q0044, issued by the US Geological Survey for Facilities Maintenance Services at the Western Fisheries Research Center in Seattle, WA. The amendment addresses vendor inquiries, extends the deadline for quote submissions to May 7, 2025, and provides essential clarifications regarding qualifications required for the Mechanical Equipment Specialist role. Interested contractors must acknowledge the amendment and submit detailed quotes via email, including technical information, signed documentation, and proof of liability insurance. The initiative is set aside for small businesses and includes a base year contract with two optional years, emphasizing the necessity of specific certifications such as EPA Universal, BACnet Operator, and Electrical certifications. The solicitation encourages a seamless transition for contractors in terms of candidate replacements to maintain continuity in services per the Performance Work Statement. Additionally, the document stipulates the importance of registration in the System for Award Management (SAM) for eligibility in the bidding process, underscoring the federal commitment to compliance and proper procurement procedures.
    The document is a Request for Quotations (RFQ) issued by the U.S. Geological Survey (USGS) for Facilities Maintenance Services related to HVAC and Building Control Systems at the Western Fisheries Research Center in Seattle, WA. It outlines that the request is set aside for small businesses and details the submission requirements for quotes, including a site visit, deadline for questions, and mandatory document submissions. The period of performance is structured as a base year with two optional renewal years, and quotes will be evaluated based on technical expertise, experience, past performance, and price. The contractor must adhere to various federal regulations, including wage determinations and certifications regarding telecommunications equipment. The document emphasizes the importance of timely inspections and the requirement for contractors to procure liability insurance and ensure all staff complies with security protocols. Overall, the RFQ showcases the federal government’s structured approach to acquiring essential services while ensuring compliance with regulatory standards and promoting small business participation in government contracts.
    The document outlines Wage Determination No. 2015-5535 under the Service Contract Act, specifying minimum wage rates and fringe benefits for various occupations in King and Snohomish counties, Washington. It indicates that contracts established after January 30, 2022, must pay at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, can adhere to a minimum wage of $13.30 per hour, unless a higher rate is listed. The document details numerous occupations, with corresponding hourly wage rates and required fringe benefits, such as health and welfare benefits set at $5.36 per hour, vacation time, and paid holidays. Additionally, it informs contractors about compliance requirements, sick leave regulations under Executive Order 13706, and the conformance process for unlisted job classifications. This comprehensive wage determination serves to maintain fair labor standards for federal contracts and is pertinent for entities engaged in government RFPs and grant submissions, ensuring contractors understand and adhere to legal wage and benefit guidelines.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Z--CERC A3 Boiler Upgrade
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project, which involves replacing existing hot water boilers, a recirculating pump, and a storage tank with efficient, modulating, condensing boilers at the Columbia Environmental Research Center in Columbia, MO. The project aims to enhance energy efficiency and operational effectiveness within a 34,019-square-foot research laboratory, ensuring compliance with electrical codes and integrating new controls with the existing building automation system. This opportunity is a 100% Total Small Business set-aside, with a construction budget estimated between $25,000 and $100,000, and quotes are due by December 23, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 days.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.
    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.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    Rotary Screw Trap
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.