F--HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
ID: 140FS125Q0044Type: Combined Synopsis/Solicitation
AwardedMay 7, 2025
$25K$25,000
AwardeeHONOLULU DIVING CO INC 1427A MOKUNA PL Honolulu HI 96816 USA
Award #:140FS125P0120
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 quotes for Marine Natural Resource Support Services in the Pacific Islands, specifically targeting projects at Wake Atoll. Contractors are required to provide comprehensive personnel, equipment, and logistical support for marine resource assessments and management, with a focus on safety and environmental compliance during field operations. This procurement is a total small business set-aside, with a performance period from May 1, 2025, to May 1, 2026, and includes a potential one-year extension. Interested parties must submit their proposals by May 2, 2025, and are encouraged to contact Oscar Orozco at oscar_orozco@fws.gov for further details.

    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.
    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.
    The document is an amendment to a federal solicitation (140FS125Q0044) regarding a contract modification. It outlines critical updates including the change in evaluation methodology to a "best value" approach, and an extension of the proposal submission deadline to May 2, 2025. The amendment specifies that offerors must acknowledge receipt of the changes to avoid potential rejection of their offers. It provides instructions for modifications to existing offers and stipulates that performance periods are set from May 5, 2025, to May 5, 2026, with certain optional periods extending through May 2027. The document is structured to detail the modifications, including accountable data, affected items of the proposal, and required next steps for contractors. This amendment reflects ongoing adjustments typically seen in federal contract solicitations to ensure alignment with regulatory practices and timelines.
    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
    Similar Opportunities
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    FL- WELAKA NFH-GARAGE DOORS - BEECHER UNIT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking bids for a construction project to replace seven manually opened garage doors at the Welaka National Fish Hatchery (NFH), Beecher Unit, located in Crescent City, Florida. The project involves the removal of existing doors and the installation of new hurricane-rated sectional doors, including all necessary hardware, to meet local wind load requirements. This procurement is a 100% Total Small Business Set-Aside, with a contract value estimated to be less than $25,000, and will be awarded based on the Lowest-Price/Technically Acceptable criteria. Proposals must be submitted via email to johnferrall@fws.gov by January 9, 2026, at 5:00 PM EST, and a site visit is highly recommended for interested contractors.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    F--Invasive Species Treatment at Coldwater River NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide invasive species treatment at the Coldwater River National Wildlife Refuge in Crowder, Mississippi. The primary objective is to locate and treat Chinese tallow trees within a designated 56-acre area, achieving a 95% control rate within four to six months post-treatment, with the contractor responsible for all necessary personnel, equipment, and chemicals. This project is crucial for restoring native habitats and controlling noxious weeds, with a contract performance period extending from January 5, 2026, to September 30, 2026. Interested contractors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.