7G--Special Notice of Intent to Sole Source Award
ID: DOIFFBO250028Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT GOODSFalls Church, VA, 22041, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - NETWORK: SATELLITE AND RF COMMUNICATIONS PRODUCTS (HW, PERPETUAL LICENSE SOFTWARE) (7G22)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Jan 17, 2025, 3:00 PM UTC
Description

The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Talos Engineering, Inc. for the replacement of the outdated alarm paging system at the Lyons Ferry Fish Hatchery. This procurement aims to secure LYFH radios and software installation to mitigate the risk of mass fish kills due to system failures, as the hatchery is responsible for rearing over 500,000 endangered salmon and steelhead. The total estimated funding for this project is approximately $250,000, which includes $25,050 allocated for necessary repairs to the communication system. Interested parties who believe they can meet the requirements are encouraged to submit a statement of capabilities via email to carter_duke@fws.gov, as no telephone requests will be honored.

Point(s) of Contact
Files
Title
Posted
Jan 8, 2025, 9:05 PM UTC
The U.S. Fish and Wildlife Service (FWS) seeks to replace the Lyons Ferry Fish Hatchery's outdated alarm paging system due to increasing failures that pose a risk of critical fish loss. Talos Engineering, which installed and has maintained the system for 18 years, is identified as the sole source capable of providing the necessary replacement components and system integration due to its unique knowledge of the existing setup. The facility rears over 500,000 endangered salmon and steelhead, emphasizing the importance of a functional alert system. An estimated $250,000 will be allocated for the total alarm system equipment, with $25,050 for necessary repairs to the communication system. The justification for sole source acquisition is supported by the company's established expertise, trustworthiness, and proximity to the hatchery, allowing for prompt service in emergencies. Approval for this procurement is recommended to ensure the hatchery's critical operations remain uninterrupted.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Callyo 2009 Corp for specialized mobile device application software designed for field agent investigations. This software will enable agents to utilize temporary phone numbers and remotely monitor undercover calls, ensuring secure communication during investigations. The procurement is critical for enhancing law enforcement capabilities within the agency, as it provides essential tools for recording and monitoring conversations with cooperating witnesses. Interested parties may express their interest and capability to respond to this requirement by April 13, 2025, with inquiries directed to Melissa Niemi at melissaniemi@fws.gov.
NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide upfit services for emergency vehicles, specifically Ford F-150 trucks, to enhance the safety and functionality of Federal Wildlife Officers. The project requires the installation of emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to strict quality and safety standards while minimizing modifications to maintain vehicle resale value. This initiative is crucial for ensuring that wildlife law enforcement personnel are equipped with reliable and effective vehicles for their duties. Interested vendors must submit their quotes by April 18, 2025, with a delivery deadline set for September 30, 2025. For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
Z--REHAB FISH HATCHERY ROAD, ENNIS NFH, MT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking contractors for the rehabilitation of Fish Hatchery Road located at the Ennis National Fish Hatchery in Montana. This project falls under the category of highway, street, and bridge construction, specifically focusing on the repair or alteration of roads and related infrastructure. The work is crucial for maintaining access to the hatchery, which plays a vital role in fish conservation and management efforts. Interested small businesses are encouraged to reach out to Shanen Fox at shanenfox@fws.gov or call 503-736-4469 for further details, as this opportunity is set aside for total small business participation.
J--Sole Source Notice of Intent
Buyer not available
The U.S. Fish and Wildlife Service intends to award a sole source contract to Thompson Machinery for urgent repair services related to ground effect vehicles, specifically to ensure the safety and operational capability of mission-critical equipment. This contract, valued at less than $250,000, is necessary to address repairs that are essential for loading and unloading operations, as the equipment is currently unsafe for operation. Interested parties who believe they can fulfill this requirement are invited to submit a statement of capabilities via email to Jeremy Tyler at jeremytyler@fws.gov, with no telephone inquiries accepted.
Z--SD - DC Booth - Replace Fire Alarm Panel - Adminis
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the fire alarm panel at the Administration Building of the DC Booth National Fish Hatchery. The project aims to enhance fire safety by replacing an outdated system that has been in place since 1995, addressing issues such as false alarms and ensuring compliance with current safety standards. This initiative is critical for protecting both the facility's occupants and its historical archives, reflecting the government's commitment to maintaining safe operational environments. Interested contractors must submit their quotes via email to Dana Arnold by April 7, 2025, with the project expected to commence on April 21, 2025, and conclude by June 6, 2025.
Z--GAOA - Alaska Peninsula NWR Float Plane Dock Replacement
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for the Floatplane Dock Replacement Project at the Alaska Peninsula National Wildlife Refuge in King Salmon, AK. The project entails dismantling the existing floatplane dock and boat ramp, followed by the construction of a new dock that includes essential components such as a bulkhead, gangway, and electrical systems, with an optional boat ramp replacement, addressing structural failures experienced during a storm in 2018. This initiative is crucial for maintaining infrastructure that supports wildlife conservation efforts while enhancing access for water vessels. Interested businesses must submit their Unique Entity Identifier (UEI) and relevant past project details by April 10, 2025, to demonstrate their capability, with the NAICS code for this acquisition being 237990 and a size standard of $45 million. For further inquiries, contact Samantha Lague at samanthalague@fws.gov or call 413-253-8349.
F--Monitoring Juvenile Anadromous O. mykiss in the Lower San Joaquin and Stanislau
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking vendors for a project focused on monitoring juvenile anadromous Oncorhynchus mykiss (California Central Valley Steelhead) in the Lower San Joaquin and Stanislaus Rivers, California. The primary objective is to enhance understanding of these fish populations to improve management and conservation efforts while optimizing water delivery and hydropower from the Central Valley Project (CVP). This multi-year study will involve estimating population sizes, demographics, survival rates, and analyzing the impacts of CVP operations on fish habitats, with work scheduled to commence on September 1, 2025, for a base year and two additional one-year options. Interested parties must submit a capability statement by April 11, 2025, to Margaret Jones at margaretjones@usbr.gov, as this sources sought notice is intended to gather market information and does not constitute a request for contract proposals.
TX UNALDE NFH GENERATOR REPAIR
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors for the repair and maintenance of a Kohler standby generator and its automatic transfer switch at the Uvalde National Fish Hatchery in Texas. The contractor will be responsible for diagnosing issues, conducting repairs, and ensuring the generator is operational for emergency power, with all work to be performed during normal business hours unless otherwise approved. This procurement is critical for maintaining the facility's operational readiness and compliance with federal regulations, emphasizing the need for specialized services in government facilities. Quotations are due by April 9, 2025, with a required completion date for services by May 31, 2025; interested parties should contact Lydia Patrick at LydiaPatrick@fws.gov or call 308-635-7851 for further details.
B--ID-FWS DWORSHAK-NPDES TESTING FY25
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho. The contract aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, over a performance period from April 1, 2025, to September 30, 2029. This procurement is critical for maintaining environmental integrity and compliance with federal regulations, reflecting the government's commitment to ecological sustainability. Interested vendors must submit their offers electronically by April 14, 2025, and can contact Roger Lockhart at rogerlockhart@fws.gov or 404-679-7124 for further information.
L--OR CLARK R BAVIN FORENSIC FIREARMS ANAYL
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking to contract with Forensic Analytical Inc. for forensic laboratory services to analyze projectiles and firearms as part of its National Fish and Wildlife Forensic Laboratory (NFWFL) operations. The selected contractor must be accredited by the Association of Firearms and Toolmarks Examiners (AFTE) and adhere to strict chain-of-custody protocols while providing expert analysis and court testimony. This sole-source procurement is justified due to the unique qualifications and capabilities of Forensic Analytical Inc., which align with the specialized needs of the NFWFL. Interested parties may submit capability statements to Oscar Orozco at oscarorozco@fws.gov by April 14, 2020, as the contract is expected to span 12 months with four optional years, under NAICS code 541380.