PR-PR -Security and Surveillance of the Puerto Ric
ID: 140FS325Q0003Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Security Guards and Patrol Services (561612)

PSC

SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING (R430)

Set Aside

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

    The U.S. Department of the Interior, through the Fish and Wildlife Service, is soliciting proposals for security and surveillance services at the Maricao Fish Hatchery in Puerto Rico, specifically aimed at protecting the endangered Puerto Rican parrot population. The contractor will be responsible for providing armed security personnel to prevent theft and vandalism, particularly during nighttime hours from 4:00 PM to 7:00 AM, and will conduct regular inspections and access monitoring. This contract, which spans one base year with four optional renewal years, underscores the government's commitment to wildlife conservation and the protection of endangered species. Interested vendors must submit their offers by February 24, 2025, and can contact Merenica Banks at merenica_banks@fws.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Maricao Puerto Rican Parrot Security Services Performance Work Statement outlines a non-personnel service contract aimed at enhancing security for the endangered Puerto Rican parrot population at the Maricao Fish Hatchery in Puerto Rico. The contractor will provide comprehensive security services, including armed personnel to prevent theft, vandalism, and other threats to the parrots and equipment, particularly during nighttime hours from 4:00 PM to 7:00 AM. The scope involves regular inspections, monitoring access to the facilities, and incident reporting to the U.S. Fish and Wildlife Service. The contract spans one base year (March 2025 to March 2026) with four optional years, emphasizing continuous surveillance and effective communication during daily operations. Security personnel must pass extensive background checks and be briefed by the Fish and Wildlife staff. Quality assurance and control mechanisms are outlined, ensuring compliance with performance standards. The document provides detailed contractor responsibilities for safeguarding government property and equipment, underscoring the critical need for operational stability in protecting a highly endangered species. This RFP emphasizes the government's commitment to preserving biodiversity while maintaining a structured framework for contract management and accountability.
    The document outlines a Request for Quotations (RFQ No. 140FS325Q0003) for security and surveillance services related to the Puerto Rican Parrot Recovery Project at the Maricao Fish Hatchery. The RFQ specifies a monthly quantity of 12 months for the base year and for each of the four option years, requiring vendors to provide pricing for each period. Key elements include space for the vendor's monthly price and total quote amounts for each year, as well as contact information and the vendor's UEI number for SAM.GOV registration. The purpose of this RFQ is to solicit bids from vendors to ensure the safety and protection of the endangered Puerto Rican parrot population, highlighting the government's commitment to wildlife conservation efforts. This structured request facilitates a transparent bidding process aligned with government procurement practices.
    The document outlines the requirements for submitting past experience and references as part of a government solicitation (RFQ/Solicitation #140FS325Q0003). It emphasizes the necessity for bidders to detail their relevant past performance, synthesizing up to three contracts of comparable size and complexity to the services specified in the Scope of Work. Each entry must provide comprehensive information, including contract type, total value, the agency or firm served, contact details, and a brief description of the duties performed. The completed forms must be submitted by a specified deadline to the designated email address for consideration and may also be utilized for assessing past performance. The purpose of this requirement is to evaluate bidding entities based on their previous work experiences, ensuring they possess the qualifications and reliability needed to fulfill the contract. Overall, this process is a standard component in government RFPs aimed at facilitating informed decision-making by procurement officials.
    The government document appears to be a highly corrupted or encoded file that lacks coherent text, making comprehensive analysis and summarization challenging. The file likely contains details related to federal or state-level Requests for Proposals (RFPs) and grants, which typically outline funding opportunities, specific project requirements, and eligibility criteria for applicants. Given the context, the document may originally have aimed to solicit proposals for various projects, possibly emphasizing compliance with federal regulations. Key elements often found in RFPs include deadlines for submission, evaluation criteria, and instructions for grant applications. Upon reviewing what little discernible information might be extracted, it can be inferred that the document involves detailed procedural guidelines intended for organizations or businesses seeking government contracts, but this specific content is unextractable due to the document's deteriorated state. To proceed effectively, a clean version of the document should be obtained to enable proper assessment and response formulation in the realm of public funding opportunities.
    The United States Department of the Interior, specifically the Fish and Wildlife Service, has issued a Request for Quotations (RFQ) under solicitation number 140FS325Q0003 for security and surveillance services at the Maricao Fish Hatchery in Puerto Rico, focusing on the Puerto Rican Parrot Recovery Project. Interested contractors must submit their offers, including necessary documentation and price schedules, by February 24, 2025. The contract is for a base year beginning March 1, 2025, with options for renewal over the next four years. The selected contractor will provide nighttime security from 4:00 PM to 7:00 AM daily, protecting the facility from theft and vandalism. Offerors must be registered in the System for Award Management (SAM) and adhere to federal regulations regarding equipment and services. The RFQ specifies a best value award basis and outlines the process for submitting questions or offers, emphasizing compliance with numerous federal acquisition regulations aimed at ensuring fair practices and accountability. This solicitation reflects the government's commitment to protecting endangered species while fostering safe, professional environments at wildlife facilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    EFO-WDFW LAW ENFORCEMENT SERVICES
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for law enforcement services to be provided by the Washington Department of Fish and Wildlife (WDFW) across the Columbia Basin Project, which spans over 1 million acres in Ephrata, Washington. The primary objective of this contract is to ensure public safety, protect natural resources, and enforce state and federal regulations through regular patrols and thorough documentation of activities and incidents. This contract, valued at approximately $91,344.52 for the first year and totaling $484,960.46 over five years, is critical for maintaining order and preventing criminal activities on federal lands, with a performance period set from April 1, 2025, through March 31, 2030. Interested parties can contact Paula Gross at PGross@usbr.gov or by phone at 509-633-6132 for further details.
    AL-DEEP HORIZON NRDAR-AERIEL IMAGES REPO
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking to award a sole source firm fixed price contract to Colibri Ecological Consulting, LLC for ecological analysis related to the North Breton Island Restoration Project. The primary objective of this procurement is to conduct manual markings and analyses using high-resolution aerial images captured during the 2024 nesting season, which will document breeding bird populations and nesting success in habitats affected by the Deepwater Horizon oil spill. This project is critical for restoring the barrier island ecosystem and ensuring effective long-term monitoring and evaluation efforts. The contract is valued at approximately $115,500, with a performance period from March 1 to April 30, 2025. Interested parties may submit their capabilities to Lamont Sawyers via email before the closing date of February 14, 2025.
    F--WI-UPR MS RIV NATL WILDL-SITE PREPARATION
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a contract focused on the restoration of the Mesic Bottomland Forest at the Driftless Area National Wildlife Refuge in Wisconsin. The project entails a comprehensive four-phase service initiative over two years, including herbicide site preparation, mechanical site preparation, tree and shrub planting, and post-planting maintenance, aimed at enhancing habitats for neotropical migratory birds and tree-roosting bats. This opportunity is set aside for small businesses, reflecting the government's commitment to environmental restoration and small business participation in federal contracting. Interested contractors must conduct a mandatory site visit and submit proposals electronically by February 18, 2025, with inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    S--Unarmed Security Guard Services
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking to procure Unarmed Security Guard Services through a presolicitation notice. The contract, designated as a Firm-Fixed-Price (FFP) arrangement, will span five years, comprising one base year and four optional years, and will cover various locations including the Washington Monument and Lincoln Memorial. This initiative is part of the Indian Small Business Economic Enterprise (ISBEE) set-aside program, emphasizing the government's commitment to supporting small businesses while ensuring compliance with procurement regulations. Interested contractors should prepare for the solicitation release around March 10, 2024, and must register in the System for Award Management (SAM) with a valid Unique Entity Identifier (UEI) to be eligible. For inquiries, contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322.
    JANITORIAL SERVICES AT FWS EDWIN B FORSYTHE NWR.
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking a contractor to provide janitorial services at the Edwin B. Forsythe National Wildlife Refuge, with a contract duration starting March 1, 2025, and options for three additional years. The scope of work includes cleaning the administrative office, visitor information center, and outdoor vault toilets, requiring weekly and bi-weekly cleaning services, respectively, while the contractor must supply all necessary cleaning materials and equipment. This contract is vital for maintaining a clean and professional environment at the refuge, ensuring compliance with government property standards. Interested contractors should submit their quotations by February 17, 2025, and can contact Chantal Bashizi at chantalbashizi@fws.gov or 703-358-1854 for further information.
    Bunkhouse HVAC National Key Deer Refuge, FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals for a construction contract titled "Bunkhouse HVAC National Key Deer Refuge, FL," aimed at improving the energy efficiency of the bunkhouse air conditioning system at the National Key Deer Refuge in Big Pine Key, Florida. The project involves replacing an old air handler and condenser, modifying ductwork, and ensuring proper installation and testing of the new system, with a total contract value of less than $25,000. This initiative is crucial for reducing operational costs and preventing mold growth, aligning with federal objectives for energy efficiency in government facilities. Interested contractors must submit their quotes by February 25, 2025, and can direct inquiries to Contracting Officer Elvia Arellano at elviaarellano@fws.gov or by phone at 505-431-2736.
    MRG RGSM Population Monitoring
    Buyer not available
    The Department of the Interior, Bureau of Reclamation, is soliciting proposals for the MRG RGSM Population Monitoring project, aimed at monitoring the population of the Rio Grande Silvery Minnow (RGSM). The procurement requires qualified contractors to conduct monthly field sampling, generate reports, and participate in optional scientific workshops over a performance period from March 15, 2025, to March 14, 2030. This initiative is critical for the ecological protection of a threatened species, reflecting the Bureau's commitment to regulatory compliance and environmental stewardship. Quotations must be submitted by 5:00 PM Mountain Time on February 27, 2025, and interested parties can contact Mary Maestas at mmaestas@usbr.gov or by phone at 505-462-3581 for further information.
    Z--LA-BIG BRANCH MARSH NWR-HURRICANE SHUTTE
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting proposals for the installation of hurricane shutters at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project requires contractors to supply heavy-duty, impact-resistant rolling shutters, along with the necessary labor and equipment, to be completed within 120 calendar days following the Notice to Proceed. This initiative is crucial for enhancing the infrastructure's resilience against hurricanes while ensuring compliance with federal, state, and local building codes and environmental regulations. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by February 18, 2025, with the performance period set from March 11, 2025, to July 9, 2025. For inquiries, contact Micah Holmes at micahholmes@fws.gov.
    S--YFO-CCAO SECURITY PATROLS
    Buyer not available
    The Bureau of Reclamation, under the Department of the Interior, is soliciting proposals for unarmed security patrol services at its Yakima, Washington location, with a contract performance period from April 1, 2025, to March 31, 2026, and the option for four one-year extensions. The contractor will be responsible for maintaining a visible security presence to deter vandalism and unauthorized access across approximately five acres, which includes the Yakima Field Office and the Roza Power Plant, ensuring compliance with federal safety and security standards. This procurement emphasizes the importance of security services in protecting federal facilities while promoting participation from small businesses, particularly those that are economically disadvantaged or veteran-owned. Interested parties can contact Paula Gross at PGross@usbr.gov or by phone at 509-633-6132 for further details.