HI PAC REEFS NWR COMPLX - Small Vessel Charter Ser
ID: 140FS225Q0074Type: Combined Synopsis/Solicitation
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 is seeking small businesses to provide Small Vessel Charter Services for fieldwork at the Rose Atoll National Wildlife Refuge in American Samoa. The contract, identified as RFQ 140FS225Q0074, includes a base period from April 14, 2025, to April 13, 2026, with four optional extension years, and requires the contractor to transport up to six personnel along with necessary equipment for research and monitoring activities related to plant, seabird, and marine life populations. This procurement emphasizes the importance of reliable marine services in supporting environmental management and research initiatives, with up to eight trips anticipated annually, adhering to U.S. Coast Guard regulations for safety and operational effectiveness. Interested parties must submit their quotes by March 25, 2025, and can contact Dana Arnold at dana_arnold@fws.gov or 703-468-8289 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    CA-LODI FWS BOAT RE-FINISHING
    Buyer not available
    The U.S. Fish and Wildlife Service (US FWS) is seeking qualified small businesses to provide boat resurfacing, refinishing, and repainting services for 17 workboats located in Lodi, California. The objective of this procurement is to refurbish these boats, which are essential for biological sampling and monitoring in the California Delta and San Francisco Estuary, ensuring their protective coatings are maintained, as these typically wear out every 6-10 years. The selected contractor will be responsible for stripping old paint, preparing surfaces, and applying new coatings according to specified standards, with the performance period set from June 1, 2025, to June 1, 2027. Interested parties must submit their quotations by March 26, 2025, and must be registered as active vendors in the System for Award Management (SAM). For further inquiries, contact Chelsea Devivo at chelseadevivo@fws.gov.
    HI PACIFIC ISLANDS FWO SPECIES TECH RPTS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking technical support for a 5-year review of species status reports, specifically for Tuberolabium guamense and other potential species assessments. The contractor will analyze scientific data to support decisions under the Endangered Species Act, ensuring compliance with conservation principles and governmental regulations. This opportunity emphasizes the importance of utilizing the best available data to protect endangered species while fostering participation from small businesses, as the contract is set aside for total small business participation. Quotes must be submitted by March 19, 2025, with the performance period running from April 1, 2025, to March 31, 2030. For inquiries, interested parties can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
    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.
    19--BOATS, MOTOR, AND TRAILERS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotes for the procurement of boats, motors, and trailers, specifically under the combined synopsis/solicitation notice number 140G0225Q0036. The procurement includes a requirement for three boat hauls, outboard motors, and corresponding trailers, with options for additional equipment contingent on available funding, emphasizing the importance of these assets for enhancing operational capabilities. This opportunity is set aside for small businesses under NAICS Code 336612, which pertains to boat building, and proposals will be evaluated based on the lowest price that meets the technical requirements outlined in the solicitation. Interested vendors must submit their quotes by March 17, 2025, and can direct inquiries to Janice Moye at jmoye@usgs.gov.
    Southeast Right Whale Early Warning System (Solicitation)
    Buyer not available
    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is soliciting proposals for the Southeast Right Whale Early Warning System (EWS) support services. The primary objective is to conduct aerial surveys to monitor and protect the critically endangered North Atlantic right whale during its calving season along the Southeastern U.S. coast, ensuring the collection and dissemination of vital data to mitigate vessel strike risks and enhance conservation efforts. This procurement is significant for marine mammal protection and involves collaboration with various stakeholders to ensure compliance with environmental regulations. Interested contractors must submit their quotations by April 9, 2025, and can direct inquiries to Grace Parker or Casey Morrison via their respective emails. The anticipated contract will span one year with four optional extensions, awarded as a Firm-Fixed Price purchase order.
    CA-RED BLUFF NWO-ROTARY SCREW TRAP PONTO
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of Rotary Screw Trap Pontoons and Liveboxes to support the Mainstem Juvenile Monitoring Program at the Red Bluff Fish and Wildlife Office in California. This total small business set-aside solicitation requires the delivery of 22-foot long pontoons and two liveboxes with removable screens, which are critical for monitoring juvenile fish populations, particularly endangered species, in the Sacramento River. The specifications include structural requirements and assembly details to ensure compatibility with existing rotary screw trap frames, emphasizing the importance of these items in conservation efforts. Interested vendors must submit their quotes by March 7, 2025, and are encouraged to register in the System for Award Management (SAM) to be eligible for consideration; for further inquiries, contact Marshall Richard at marshallrichard@fws.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.
    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.