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
    Description

    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide Marine Natural Resource Support Services for the Pacific Islands Fish and Wildlife Office, specifically for projects at Wake Atoll. Contractors must possess valid U.S. Coast Guard Captain’s licenses, have prior experience with vessel operations and SCUBA, and be residents of Hawaii, as the services will include operating vessels for scientific diving, conducting inspections for SCUBA tanks, and managing logistics for field operations. This procurement emphasizes environmental conservation and compliance, with a contract performance period from April 1, 2025, to April 1, 2026, and a potential one-year extension. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and interested parties can contact Oscar Orozco at oscar_orozco@fws.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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
    CHARTER TRIPS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking small businesses to provide commercial boat charters for two six-day research trips in 2025, aimed at monitoring the near shore ecosystem around San Nicolas Island, California. The charters will facilitate scuba surveys and the installation of sea floor marking hardware, requiring vessels equipped with GPS navigation and capable of operating up to 90 miles offshore, while accommodating at least ten biologists. This procurement is part of the Department of the Interior's commitment to long-term ecological research and sustainable marine resource management, with a focus on enhancing marine biodiversity data collection. Interested parties must submit firm, fixed price quotes by March 11, 2025, and can direct inquiries to Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP)
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP). The objective of this procurement is to support the collection of critical data on fishery resources, which is essential for sustainable management and conservation efforts in the region. These services play a vital role in ensuring the health of fish populations and the overall ecosystem, contributing to informed decision-making in fisheries management. Interested parties can reach out to primary contact Novelle Key at novelle.key@noaa.gov or 206-526-4393, or secondary contact Kayla Johnson at kayla.johnson@noaa.gov or 206-526-6743 for further information. This opportunity is set aside for small businesses under the SBA guidelines, with the place of performance located in Woods Hole, Massachusetts.
    MARINE AND BIOLOGICAL RESOURCES MONITORING AND PROGRAM MGMT SVCS at Various Locations - Naval Facilities Engineering Commands Atlantic and Pacific area of Responsibility Worldwide
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is seeking proposals for Marine and Biological Resources Monitoring and Program Management Services across various locations worldwide. The contract aims to support environmental compliance and reporting requirements, focusing on marine species monitoring, including surveys and assessments related to protected species such as marine mammals and sea turtles. This initiative is critical for ensuring adherence to environmental laws and enhancing the understanding of marine ecosystems in relation to Navy operations. The contract has a maximum value of $75 million, covering a base year and four optional years, with proposals due by March 11, 2025. Interested parties can contact Nicole Smith at Nicole.smith100.civ@us.navy.mil or call 757-322-4649 for further information.
    R--Recon and Data Collection Walrus Aggregation
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide reconnaissance and data collection services for walrus aggregation mapping in the northern Bering and Chukchi Seas. The objective of this procurement is to gather real-time data on walrus locations to assess the impact of declining sea ice on Pacific walrus populations, which is critical for wildlife management and conservation efforts. Contractors will be responsible for conducting reconnaissance operations, ensuring data accuracy, and submitting timely reports, with the performance period scheduled from June 2 to June 25, 2025, and a final summary report due by June 30, 2025. Interested small businesses must submit their proposals by March 6, 2025, and can direct inquiries to Joel Berberena at jberberena@usgs.gov.
    ID-FWS DWORSHAK-NPDES TESTING FY25
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho, with a performance period spanning from April 1, 2025, to September 30, 2029. The procurement aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, reflecting the government's commitment to environmental integrity. This opportunity is a Total Small Business Set-Aside, inviting eligible small businesses to participate, with quotes due electronically by March 17, 2025. Interested vendors must be registered in the System for Award Management (SAM) and comply with federal regulations, including adherence to wage determinations set forth by the U.S. Department of Labor.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    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.
    WA LITTLE WHITE SALMON NFH GEN MAINT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for generator maintenance services at the Columbia River Gorge Complex, specifically for three hatcheries: Little White Salmon NFH, Spring Creek NFH, and Willard NFH. The contract, structured as a total small business set-aside, requires vendors to provide routine maintenance and emergency repairs for five generators, ensuring their reliable operation throughout the performance period from April 1, 2025, to April 1, 2026, which includes a one-year base period and four option years. This procurement is vital for maintaining operational efficiency and supporting federal fish conservation efforts. Interested small businesses must submit their proposals by March 19, 2025, and can contact Oscar Orozco at oscarorozco@fws.gov for further information.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fredriley@fws.gov or call 413-253-8738.
    S--FWS PUERTO RICAN PARROT ESFO SECURITY
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for security and surveillance services for the Puerto Rican Parrot Recovery Program at the Iguaca Aviary in Rio Grande, Puerto Rico. The procurement involves providing unarmed guard services over a specified number of hours per week, with a contract structured for a base year and four optional years, aimed at safeguarding the endangered Puerto Rican parrots from theft, vandalism, and harm. This initiative underscores the importance of wildlife protection and conservation efforts, while also promoting small business participation in federal contracting, as the solicitation is a 100% Small Business Set-Aside. Interested vendors must submit their quotes and any inquiries to Contract Specialist Lee Ann Riley by March 19, 2025, at 3:00 PM EDT, and must be registered in the System for Award Management (SAM) to be eligible for consideration.