F--HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
ID: 140FS125Q0044Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA

NAICS

Environmental Consulting Services (541620)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 7:00 PM UTC
Description

The U.S. Fish and Wildlife Service (USFWS) is soliciting quotes for Marine Natural Resource Support Services, specifically targeting projects at Wake Atoll in the Pacific Islands, including Hawaii, Guam, and the Commonwealth of the Northern Marianas. Contractors are required to provide comprehensive personnel, equipment, and logistical support for marine surveys, including vessel operations, safety management, and SCUBA diving operations, with a focus on environmental conservation and compliance. This procurement is a total small business set-aside, with a performance period from May 1, 2025, to May 1, 2026, and an option for a one-year extension; interested parties must submit proposals that meet specific qualifications, including valid U.S. Coast Guard licenses and relevant experience, by the designated deadlines. For further inquiries, Oscar Orozco can be contacted via email at oscar_orozco@fws.gov.

Point(s) of Contact
Files
Title
Posted
The U.S. Fish and Wildlife Service is seeking quotes for Marine Natural Resource Support Services in the Pacific Islands, including Hawaii, Guam, and the Commonwealth of the Northern Marianas, through Solicitation No. 140FS125Q0044. This procurement is a total small business set-aside, anticipated to run from May 1, 2025, to May 1, 2026, encompassing a base year and an optional extension. Proposals will be evaluated based on technical experience, capabilities, delivery timelines, and pricing, with emphasis on meeting specific qualifications such as current U.S. Coast Guard licensing and prior experience with SCUBA operations. The contractor will provide essential technical and logistical support for marine surveys around Wake Atoll, including vessel operation, safety management, and certification tasks. Notably, the main contract requirements include managing marine resource assessments and ensuring the safety of government personnel during field operations. Contractors must submit detailed price and technical proposals, adhere to deadlines, and be registered as active vendors in the System for Award Management (SAM). This solicitation underscores the ongoing federal commitment to marine conservation and environmental compliance within the Pacific region.
Apr 11, 2025, 11:11 PM UTC
The document is an amendment to solicitation number 140FS125Q0044, specifying changes to evaluation methods and contractor acknowledgment procedures regarding a federal contract or order. The main updates include a shift to a "best value" evaluation approach, requiring contractors to acknowledge receipt of this amendment by various methods before the submission deadline to avoid rejection of their offers. Additional details regarding the amendment reference a combined synopsis and solicitation document for further guidance. The contract's period of performance is defined from May 1, 2025, to May 1, 2026. Importantly, all other existing terms and conditions remain unchanged. This amendment reflects typical procedural adjustments in government contracts, ensuring transparency and compliance with federal acquisition regulations.
Apr 11, 2025, 11:11 PM UTC
The government document presents a Request for Quotation (RFQ) for Marine Natural Resource Support Services from the U.S. Fish and Wildlife Service (USFWS) for the Pacific Islands Fish and Wildlife Office. The contract is set aside for small businesses and targets services associated with natural resource assessments and management for projects at Wake Atoll, with a performance period from April 1, 2025, to April 1, 2026, including a potential one-year extension. Key requirements for contractors include having valid U.S. Coast Guard Captain’s licenses, prior experience with vessel operations and SCUBA, and being a resident of Hawaii. The services entail operating vessels for scientific diving, conducting visual inspections for SCUBA tanks, and managing logistics for field operations. The selection process will follow a Lowest Price Technically Acceptable (LPTA) format, where the award will favor cost-effective proposals meeting technical standards. The goals emphasize accountability, quality control, and cooperation with government personnel for environmental compliance efforts. This RFQ showcases the government's commitment to environmental conservation while adhering to acquisition regulations for small businesses, demonstrating a structured approach for engaging professional services in marine resource management.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP)
Buyer not available
The U.S. Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for Fishery Observer Support Services under the Northeast Fisheries Science Center Observer Program (NEFOP). The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a five-year ordering period from June 8, 2025, to June 7, 2030, aimed at collecting and analyzing environmental, biological, and fisheries operations data to support sustainable fisheries management. This initiative is crucial for ensuring compliance with federal regulations and enhancing the quality of data collected for fishery management, thereby promoting responsible resource management. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a maximum contract value of $19.9 million, including provisions for travel and training reimbursements. For further inquiries, contact Novelle Key at novelle.key@noaa.gov or Kayla Johnson at kayla.johnson@noaa.gov.
C--Land Surveying-Request for A-E Qualifications
Buyer not available
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.
Region 4 Heavy Equipment Maintenance and Repair BP
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services across Region 4, which includes states such as Alabama, Florida, and Tennessee, as well as U.S. territories like Puerto Rico and the U.S. Virgin Islands. The procurement aims to secure comprehensive repair and maintenance services for various heavy equipment, including trucks and cranes, with specific tasks encompassing diagnostics, fluid services, and parts replacement. This BPA is crucial for ensuring the operational readiness of essential equipment used in wildlife management and conservation efforts, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must submit their proposals, including a signed form 1449 and confirmation of certified mechanics, by the specified deadlines, and can contact Sarah DeLawder at Sarahdelawder@fws.gov or (304) 876-7429 for further information.
MS-FWS NOXUBEE NWR-HERBICIDE AERIAL
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for aerial herbicide application services at the Noxubee National Wildlife Refuge in Mississippi, under Solicitation Number 140FS325Q0074. The project aims to manage aquatic invasive and pest plants, specifically targeting species such as American Lotus and alligator weed, with operations scheduled between June 15 and September 1, 2025. This procurement is crucial for effective environmental management and supports small businesses, as it is set aside for total small business participation. Interested contractors must submit their proposals, including past performance references and pricing, by May 6, 2025, and can contact Merenica Banks at merenicabanks@fws.gov for further information.
WA-MCNARY MAINT SHOP-UTV TRAILER SPRAYER
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the procurement of a utility vehicle (UTV), trailer, and sprayer to support biological management activities in Central Washington. The procurement specifically requires a Kubota RTV-X1100CWL-A or an equivalent UTV with features such as a 23hp diesel engine, hydraulic dump bed, and off-road capabilities, along with a bumper-pull trailer and a 100-gallon UTV-mounted sprayer for herbicide applications. This equipment is crucial for enhancing the efficiency of wildlife management operations. Interested small businesses must submit their quotes by May 1, 2025, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
M--FACILITIES SUPPORT SERVICES
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Facilities Support Services, specifically focused on HVAC and building control systems maintenance at the Western Fisheries Research Center in Seattle, WA. The procurement includes a base year of service with two optional renewal years, emphasizing the need for technical expertise in maintaining complex systems, including the Siemens Desigo building management system and various HVAC equipment. This opportunity is crucial for ensuring the operational efficiency of the facility, which comprises six buildings and requires compliance with federal wage determinations and labor standards. Interested parties must submit their quotes by May 5, 2025, and direct any questions to Elizabeth Adam at eadam@usgs.gov by April 30, 2025.
Sources Sought: Natural Resources Services for NAVFAC SW
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is conducting a Sources Sought announcement to identify qualified small businesses for potential contracts related to natural resources services across several western states, primarily California. The Navy seeks to gather information on businesses capable of providing a range of environmental studies and management services, including botanical and wildlife surveys, wetlands delineations, biological monitoring, and the development of natural resource management plans. This opportunity is crucial for ensuring effective management of military lands and resources, with an expected contract value of approximately $100 million over a period of up to eight years. Interested parties, particularly those classified as SBA-certified 8(a), HUBZone, Economically Disadvantaged Women-Owned, and Service-Disabled Veteran-Owned Small Businesses, must submit their responses by April 30, 2025, and can contact Kevin Magennis or Eunjew Dame for further information.
56--Sources Sought A-2-4 Selective Fill, Puerto Rico, Vieques NWR
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking sources for A-2-4 Selective Fill material for the rehabilitation of various roads at Vieques National Wildlife Refuge in Puerto Rico. The procurement involves not only the supply of the material but also its transportation to a barge location, subsequent barging to Vieques, and hauling to designated stockpile locations on the island. This project is critical for improving road conditions within the refuge and adheres to safety and environmental standards, with a performance period scheduled from May 1, 2025, to September 30, 2025. Interested vendors should respond with their CAGE Code, Unique Entity ID, and confirmation of their capability to provide the required materials and logistics, addressing inquiries to Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.