87--Urgent Fish Feed Delivery, Winthrop NFH, WA
ID: DOIFFBO260002Type: Special Notice
Overview

Buyer

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

NAICS

Finfish Farming and Fish Hatcheries (112511)

PSC

FORAGE AND FEED (8710)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) intends to award a sole-source, firm-fixed-price contract to MOORE-CLARK U.S.A., INC. for the urgent delivery of fish feed to the Winthrop National Fish Hatchery in Washington by December 1, 2025. The procurement specifically requires various types of BioVita and BioClark's fry feed to support the health and growth of Chinook, Coho, and Steelhead fish raised at the Leavenworth Fisheries Complex, where maintaining a consistent diet is critical to the fish's survival and development. This Notice of Intent (NOI) is not a request for competitive quotes; however, 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 could benefit the Government without being cost or time prohibitive.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    WA FLAP JEFFER 134309(2), Two Trout Creek Culvert Replacement
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the WA FLAP JEFFER 134309(2) project, which involves the replacement of a failing culvert at Oil City Road MP 0.5 in Jefferson County, Washington. The primary objective of this procurement is to construct an Aquatic Organism Passage (AOP) culvert to enhance fish passage in a tributary to the Hoh River, addressing environmental concerns while ensuring compliance with federal standards. This project, approximately 0.1 miles in length, has an estimated cost between $2,000,000 and $5,000,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion deadline in Winter 2026. Interested bidders can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520.
    7G--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), intends to award a sole source contract to Holohil Systems Limited for the procurement of 60 XM3CMD-Transmitters. These specialized transmitters are designed for monitoring the Puerto Rican parrot, featuring advanced capabilities such as mortality detection and duty cycling to conserve battery life. This procurement falls under the NAICS code 334220 and will utilize Simplified Acquisition Procedures, with a notice closing date of December 12, 2025, at 5:00 PM Central Time. Interested parties may express their interest and capability to respond within three calendar days of this notice by contacting Jack Skogen at jackskogen@fws.gov.
    C--NY MONTEZUMA NWR ADMIN SUPPORT WATERLINE PROJECT
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to the Town of Montezuma for administrative support related to the NY Montezuma National Wildlife Refuge (NWR) waterline project. This project aims to facilitate the selection of contractors for a new municipal water service extension, addressing the current lack of a reliable potable water source at the Refuge, which has been relying on trucked-in and bottled water due to saline groundwater issues. The new waterline is crucial for providing drinking water and fire protection as part of a visitor center replacement initiative. Interested parties may submit capability statements by December 12, 2025, to Ian A. Young at ianayoung@fws.gov, as the government reserves the right to proceed with the sole source award.
    SCCAO Mesh Screens
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Mid-Pacific Region, is seeking quotations for the procurement of SCCAO Mesh Screens, specifically "Intralox Mesh Screens (Brand Name or Equal)." This small business set-aside opportunity requires the delivery of items including Intralox Rotating Mesh Fish Screens and Sprockets, with a Firm Fixed Price purchase order to be awarded based on the Lowest Price Technically Acceptable criteria, evaluating both technical specifications and price reasonableness. The procurement is crucial for commercial fishing equipment applications, ensuring effective fish screening solutions. Quotes are due by December 12, 2025, at 10:00 AM PST, and interested offerors must contact Joe Molina at joemolina@usbr.gov or call 916-978-5177 for further details, ensuring they are registered in SAM.gov with updated Representations and Certifications.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Buyer not available
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, intends to award a sole source contract to ICF Incorporated, LLC for Programmatic Environmental Impact Statement Services related to the revision of 36 CFR 228A. This procurement aims to leverage ICF's prior work on the regulation revision, which included the production of a draft PEIS, to efficiently complete the environmental compliance necessary for issuing the revised regulations. Given ICF's unique expertise and familiarity with the existing documents and administrative records, they are deemed the only reasonable source capable of meeting the expedited delivery requirements. Interested parties may express their interest and capability by March 23, 2023, at 3:00 PM (EST), and should direct inquiries to Joe Libbey at joe.libbey@usda.gov or Josh Choi at josh.choi@usda.gov.
    F--Invasive Species Treatment at Coldwater River NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the Invasive Species Treatment at Coldwater River National Wildlife Refuge in Grenada, Mississippi. The project involves the removal of invasive Chinese tallow trees across a 56-acre area, with a goal of achieving a 95% control rate within four to six months post-treatment, utilizing approved herbicides and adhering to environmental protection guidelines. This small business set-aside contract, with an estimated performance period from January 5, 2026, to September 30, 2026, emphasizes technical and past performance in its evaluation criteria, with quotes due by December 22, 2025. Interested parties should contact Contract Specialist Fred Riley at fredriley@fws.gov for further details and ensure they acknowledge the solicitation amendment by the specified deadline.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Buyer not available
    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.