The U.S. Fish and Wildlife Service (FWS) issued a Notice of Intent (NOI) to award a sole-source, firm-fixed-price contract to MOORE-CLARK U.S.A., INC. for an urgent fish feed delivery by December 1, 2025. This action, under NAICS code 112511 and FAR 13.501(a)(b), is for commercial services for the Leavenworth Fisheries Complex (Leavenworth, Entiat, and Winthrop NFHs), which raises Chinook, Coho, and Steelhead. The FWS justifies the sole-source award due to the critical need for consistent, tested feed to ensure the health, growth, and survival of the fish, as changing diets at this stage could be detrimental. This NOI is not a request for competitive quotes, but responsible sources may submit capability statements by November 17, 2025, at 2:00 PM EDT to Fred Riley at fred_riley@fws.gov, demonstrating how competition would benefit the Government without being cost or time prohibitive.
The FWS Winthrop National Fish Hatchery urgently requires fish feed, specifically BioVita Starter Mash, BioVita Starter #0, BioVita Starter #2, BioVita Fry 2mm, and BioClark's Fry 2.5mm, for delivery by December 1, 2025. The Leavenworth Fisheries Complex, comprising Leavenworth, Entiat, and Winthrop National Fish Hatcheries, raises Chinook, Coho, and Steelhead. The preference is to maintain the current feed to ensure the health, growth, and survival potential of the fish, as switching vendors could be detrimental. Casey Maison and Michael Wachter are the delivery points of contact, with email addresses casey_maison@fws.gov and michael_wachter@fws.gov, and an office number of (509) 548-7573.
This government file outlines Federal Acquisition Regulation (FAR) and Department of the Interior Acquisition Regulation (DIAR) clauses incorporated into contracts for commercial products and services. It details clauses incorporated by reference and in full text, covering areas like System for Award Management, prohibitions on certain foreign technologies and labor practices, small business programs, equal opportunity, and combating trafficking in persons. The document also includes specific instructions for offerors submitting proposals, emphasizing a "Lowest Priced Technically Acceptable" (LPTA) evaluation methodology, where technical approach, past performance, and key personnel are assessed for acceptability before price. Additionally, it specifies electronic invoicing requirements through the IPP system and highlights the Department of the Interior's commitment to green acquisition practices. The file serves as a comprehensive guide for contractors on compliance, submission, and evaluation processes for government solicitations.