V--HI PAC REEFS NWR COMPLX - Small Vessel Charter Ser
ID: 140FS225Q0074Type: Combined Synopsis/Solicitation
AwardedApr 28, 2025
$50K$50,000
AwardeePAL INC 8 MCDONALD ST Pago Pago AS 96799 USA
Award #:140FS225P0122
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, OVER SAT G/SFalls Church, VA, 22041, USA

NAICS

Deep Sea Passenger Transportation (483112)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MARINE CHARTER (V124)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide small vessel charter services for the PAC REEFS National Wildlife Refuge Complex in Hawaii, specifically to facilitate transportation to the Rose Atoll National Wildlife Refuge. The contractor will be responsible for supplying a vessel capable of safe open-ocean travel, equipped with necessary safety and navigation gear, and operated by a licensed captain experienced in Samoan waters, with up to eight trips anticipated annually for ecological research and monitoring activities. This contract will span a base period from April 14, 2025, to April 13, 2026, with four optional extension years, and interested parties must submit their proposals by April 4, 2025, to Dana Arnold at dana_arnold@fws.gov or by phone at 703-468-8289.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for proposal (RFP) from the U.S. Fish and Wildlife Service (FWS) for small vessel charter services to transport personnel and equipment to the Rose Atoll National Wildlife Refuge (NWR) and Marine National Monument (MNM) in American Samoa. The solicitation number is 140FS225Q0074. The contract will cover a base period from April 14, 2025, to April 13, 2026, with four optional years. The FWS seeks firms capable of providing a vessel suitable for open-ocean travel that can transport up to six individuals for research and management activities, including a specific focus on marine life monitoring. Key requirements include having a vessel with adequate safety and navigational equipment, compliance with U.S. Coast Guard regulations, a crew experienced in Samoan waters, and the ability to conduct multiple trips each year. The document also specifies technical requirements, including vessel specifications, crew qualifications, operating procedures, and safety protocols. Additionally, there are mandatory provisions for reporting, contractor performance assessment, and adherence to federal regulations. This RFP highlights the federal government's commitment to conservation efforts and the importance of responsible contract management in supporting scientific research and environmental protection.
    The document outlines the Request for Quotation (RFQ) for small vessel charter services by the U.S. Fish and Wildlife Service (FWS) for the PAC REEFS National Wildlife Refuge Complex in Hawaii, identified as Solicitation #140FS225Q0074. The service period is from April 14, 2025, to April 13, 2030, with a total small business set-aside. The contractor is required to provide a vessel capable of safe open-ocean travel and equipped for transporting personnel and equipment to the Rose Atoll National Wildlife Refuge. Key requirements include a minimum cruising speed, specific storage capacities, communication equipment, and a licensed captain familiar with Samoan waters. Up to eight trips per year are anticipated, facilitating various ecological research and monitoring activities within the refuge. Responses to this solicitation are due by March 25, 2025, with all terms and conditions specified remaining effective unless amended. This charter service is critical for supporting scientific and management efforts at the Refuge while promoting resource conservation and safety within a unique ecological setting.
    The document outlines solicitation number 140FS225Q0074 from the U.S. Fish and Wildlife Service (FWS) for Small Vessel Charter Services at the PAC Reefs NWR Complex in Hawaii, with a focus on transporting personnel and equipment to Rose Atoll. The proposal includes a base contract period from April 14, 2025, to April 13, 2026, with four optional extension years. The amendment specifies a new proposal due date, now set for April 4, 2025, at 2 PM EST. The requirements entail a charter vessel that can handle open ocean travel, equipped with safety and navigation gear compliant with U.S. Coast Guard regulations. The contractor must demonstrate operational experience in Samoan waters and meet specific technical and crew qualifications. The intent is to facilitate multiple research trips annually for scientific monitoring and management activities essential to the conservation of the Rose Atoll National Wildlife Refuge. The document emphasizes contractor accountability, safety guidelines, and a comprehensive discussion of the expected quality assurance metrics for performance evaluation. Overall, the solicitation encourages participation from responsible small business sources, aligning with federal initiatives to promote small business engagement in government contracting.
    The document outlines a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service for Small Vessel Charter Services to support fieldwork at the Rose Atoll National Wildlife Refuge (NWR) located in American Samoa. The RFQ, numbered 140FS225Q0074, is a total small business set-aside, encouraging small businesses to submit quotes by the response date of March 25, 2025. The charter service will enable transportation of up to six personnel along with equipment for various field activities, including research and monitoring of plant, seabird, and marine life populations. The contract is structured as a base period from April 14, 2025, to April 13, 2026, with four optional extension years. Contractors must provide a vessel suitable for open-ocean travel, equipped with relevant safety and navigational devices, and possess experience operating in Samoan waters. Up to eight trips per year are anticipated, emphasizing safety, compliance with U.S. Coast Guard regulations, and operational effectiveness. The document includes detailed specifications and requirements for vessel capabilities, crew qualifications, operational procedures, and payment details under the Invoice Processing Platform. This RFQ highlights the government's commitment to environmental management and research initiatives through reliable marine services.
    Lifecycle
    Similar Opportunities
    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.
    19--Notice of Intent for Sole Source - boat outfit
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, has announced its intent to award a sole source contract to William E. Munson Company for the outfitting of a boat that was previously purchased under contract 140F0S24F0052. This outfitting is necessary to ensure compliance with warranty and manufacturer guarantees, as well as to maintain the overall operability of the boat frame. The procurement is critical for ensuring the functionality and reliability of the vessel, which is categorized under the Boat Building industry (NAICS code 336612) and involves combat ships and landing vessels (PSC code 1905). Interested parties who disagree with the sole source determination may submit their arguments and capability statements by 10:00 PM Pacific Time on December 22, 2025. For further inquiries, contact Robert Sung at robertsung@fws.gov or call 503-872-2825.
    49--NV-AMARGOSA PFISH RCH STA-WTR TRUCK REPA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking a contractor for the repair of a water truck at the Amargosa Pupfish Research Station in Amargosa Valley, Nevada. The project involves comprehensive repairs on a 2009 Freightliner water truck, addressing various mechanical issues such as fault codes, oil leaks, fuel system problems, and more, with a requirement for completion within 30 days of contract award. This procurement is critical for maintaining operational efficiency at the research station, ensuring reliable transportation for water resources. Interested small businesses must submit their quotes by September 18, 2025, at 5 PM ET, and are required to acknowledge receipt of the solicitation amendment by December 16, 2025, to be considered for the contract. For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    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.
    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.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    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.
    USCGC-KUKUI-DOCKSIDE-REPAIRS AMENDMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC KUKUI (WLB 203), a 225-foot Seagoing Buoy Tender. The scope of work includes essential repairs such as cleaning and inspecting tanks, servicing hydraulic equipment, renewing piping, replacing windows, and preserving decks, with the performance period anticipated from March 31, 2026, to June 9, 2026. This procurement is crucial for maintaining the operational readiness of the vessel, which plays a vital role in maritime operations. Interested companies, including small businesses and those owned by veterans or women, must submit their responses by December 31, 2025, at 2:00 PM EST, to the primary contacts, Jayne Gluck and Sandra A. Martinez, with the necessary documentation to support their business size status and intent to bid.
    MN Morris WMD - UTV with Two Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the procurement of a 6x6 Utility Task Vehicle (UTV) along with the trade-in of two existing vehicles, specifically a 2009 Argo Avenger and a 2016 Polaris Ranger, for the Morris Wetland Management District (WMD). The UTV must meet specific technical specifications, including features such as a roll-over protection system, enclosed cab with climate control, and a power-tilting bed, with proposals evaluated based on technical compliance, lead time, and pricing. This procurement is crucial for enhancing operational capabilities in wildlife management and habitat conservation efforts. Interested vendors must submit their proposals by January 8, 2026, at 2:00 PM ET, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.