S--NOTICE OF INTENT to AWARD SOLE SOURCE for USFWS Marquette Biological Station fo
ID: DOIFFBO250050Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- SURVEILLANCE (S211)
Timeline
    Description

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (USFWS), intends to award a sole source contract for services at the Marquette Biological Station. The procurement focuses on facilities support services, particularly in housekeeping and surveillance, as indicated by the NAICS code 561210 and PSC code S211. These services are crucial for maintaining the operational integrity and cleanliness of the biological station, which plays a vital role in wildlife conservation efforts. Interested parties can reach out to Jeremy Riva at jeremy_riva@fws.gov or call 240-381-7321 for further details regarding this opportunity.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    V--Notice of Intent to Sole Source
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, has issued a Notice of Intent to Sole Source for lodging services under the NAICS code 721110, which pertains to hotels and motels. The procurement aims to secure travel and lodging accommodations necessary for the agency's operations, emphasizing the importance of reliable and accessible lodging for personnel engaged in various field activities. Interested vendors can reach out to Joni Dutcher at jonidutcher@fws.gov or call 571-447-8387 for further details regarding this opportunity.
    7A--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is planning to award a sole source contract for the Enerdeq web platform, provided exclusively by S&P Global, to facilitate access to essential oil and gas data for managing its refuges. This procurement is critical as it allows FWS to efficiently compile and utilize standardized data, which would otherwise be costly and time-consuming to gather independently. Since 2014, FWS has relied on this annual subscription, valued at approximately $45,000, to support its conservation efforts through reliable data management. Interested parties can reach out to John Skogen at JackSkogen@fws.gov or call 612-713-5210 for further inquiries regarding this opportunity.
    D--Special Notice of Intent to Sole Source Award
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), has issued a special notice of intent to award a sole source contract for IT and telecom business application development support services. This procurement aims to secure specialized services under the NAICS code 541519, which encompasses other computer-related services, to enhance the FWS's IT capabilities. The selected contractor will play a crucial role in supporting the agency's IT infrastructure and application development needs. Interested parties can reach out to Lorenzo Aragon at lorenzoaragon@fws.gov or by phone at 505-248-6627 for further details regarding this opportunity.
    HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
    Buyer not available
    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 oscarorozco@fws.gov for further information.
    JANITORIAL SERVICES AT HBBS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide janitorial services at the Hammond Bay Biological Station located in Millersburg, MI. The contract, identified by RFQ number 140G0225Q0034, will encompass comprehensive cleaning services for three buildings, ensuring a safe and healthy working environment, with an initial term starting June 1, 2025, and extending through multiple option years until November 30, 2030. This procurement is critical for maintaining operational efficiency and compliance with health and safety standards, including adherence to OSHA regulations and a quality control program. Interested contractors should contact Stephanie Doutt at sdoutt@usgs.gov for further details and to ensure their proposals are submitted by the specified deadlines.
    7G--Special Notice of Intent to Sole Source Award
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, has issued a special notice of intent to award a sole-source contract for Biomark RFID systems. This procurement is aimed at acquiring compatible equipment necessary for monitoring bat populations at various roosts impacted by dam removal projects on the Klamath River, where existing installations of Biomark systems require the same brand for accurate data comparison. The urgency of this acquisition is underscored by the limited availability of alternatives that can ensure cross-compatibility with the existing systems, making Biomark the only viable supplier. Interested parties can reach out to Carter Duke at carterduke@fws.gov for further inquiries regarding this opportunity.
    S--Janitorial Services Patuxent Research Services
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for janitorial services at the Patuxent Research Refuge. The contractor will be responsible for maintaining cleanliness across various facilities, including office buildings, visitor centers, and restrooms, while adhering to OSHA regulations and utilizing environmentally preferable cleaning products compliant with LEED standards. This procurement is crucial for ensuring a clean and professional environment that supports the Refuge's mission, with a contract performance period from March 1, 2025, to February 28, 2030. Interested vendors must submit their proposals via email by March 3, 2025, and are encouraged to contact Timothy Clapp at timothyclapp@fws.gov for further information.
    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.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    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.