HI KENAI NWR AIRCRAFT CAMERA
ID: 140F1G26Q0004Type: Solicitation
Overview

Buyer

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

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

Set Aside

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

    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide an FAA-approved airborne imaging system for the Kenai National Wildlife Refuge. The procurement includes a strut-mounted aircraft attachment, a carbon-fiber camera pod, compatible RGB and NIR 100 MP metric cameras, and necessary accessories, all of which must meet detailed technical specifications regarding payload capacity, vibration isolation, and sensor resolution. This imaging system is crucial for wildlife monitoring and management efforts within the refuge. Interested vendors should submit their quotations by February 11, 2026, and can contact John Skogen at Jack_Skogen@fws.gov or 612-713-5210 for further information.

    Point(s) of Contact
    Skogen, John
    (612) 713-5210
    (303) 236-4791
    Jack_Skogen@fws.gov
    Files
    Title
    Posted
    The Request for Quotation (RFQ) 140F1G26Q0004, issued by FWS IT Goods for the FWS Kenai National Wildlife Refuge, seeks an FAA-approved airborne imaging system. This system includes a strut-mounted aircraft attachment, a carbon-fiber camera pod, compatible RGB and NIR 100 MP metric cameras, 35mm RSM-class lenses, and all necessary accessories and wiring. The RFQ specifies detailed technical requirements for each component, including payload capacity, vibration isolation, sensor resolution, and lens characteristics. Vendors must provide manufacturer specifications, technical data, or test reports demonstrating compliance, along with evidence of past performance and technical support options. All prices must be FOB Destination and include installation, with delivery to Mark Laker at Kenai National Wildlife Refuge by February 11, 2026. The period of performance is from December 3, 2025, to February 1, 2026. This is not a small business set-aside.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    AK-KENAI NWR-THERMAL SENSOR
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting quotes for a thermal sensor system for the Kenai National Wildlife Refuge in Alaska. The procurement includes a cooled thermal camera system with specific requirements such as a cooled InSb detector, high resolution, and software capabilities for image analysis and data export. This equipment is crucial for wildlife monitoring and research, enhancing the refuge's operational capabilities. Interested small businesses must submit their quotes by January 13, 2026, to Carter Duke at carterduke@fws.gov, with delivery expected by March 2, 2026, and all submissions must comply with the outlined specifications and federal contracting regulations.
    15--Freefly Unmanned Aircraft Systems (UAS)
    Interior, Department Of The
    The Department of the Interior (DOI) intends to negotiate a sole source blanket purchase agreement with Freefly Systems Inc. for the procurement of Freefly Alta X and Astro Max Unmanned Aircraft Systems (UAS), along with associated payloads and accessories necessary for DOI operations. The UAS being sought must meet the Office of Aviation standards, with a maximum takeoff weight under 55 lbs and the capability to support multiple payloads, including the IGNIS 2, ensuring compliance with federal regulations regarding unmanned aircraft systems. Interested firms that believe they can meet these requirements are encouraged to submit information to the Contracting Officer, Stephanie Boles, at stephanieboles@ibc.doi.gov, by the response date of this notice, as no competitive quotes will be solicited and no solicitation documents are available.
    IA - Neal Smith NWR - 4 UTVs with 2 Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of four 2026 6x6 Utility Terrain Vehicles (UTVs), with the option to trade in two existing Kubota units. The UTVs are required to meet specific technical specifications, including a minimum 976cc V-twin engine, selectable 4WD/6WD, and a towing capacity of 3,000 lbs, to support operations such as fire suppression and maintenance of sensitive landscapes. Interested vendors must submit their quotes, including all associated costs, by January 19, 2025, at 2:00 PM Eastern Time, via email to Dana Arnold at danaarnold@fws.gov, with evaluation criteria focusing on technical specifications, lead time, and price.
    OR-FWS MALHEUR NWR-UTV
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes from qualified Women-Owned Small Businesses (WOSB) for the procurement of a Utility Terrain Vehicle (UTV) for the Malheur National Wildlife Refuge located in Princeton, Oregon. The UTV must meet specific requirements, including a 999cc engine, 82HP, an 11.5-gallon fuel capacity, and a factory-installed cab system equipped with heating, air conditioning, and defrost capabilities. This vehicle is essential for operational efficiency within the refuge, supporting various wildlife management activities. Quotes are due by January 22, 2026, at 5 PM ET, with delivery required by March 31, 2026. Interested parties can contact Kathryn Coltran at kathryncoltran@fws.gov for further information.
    NM-SOW NATIVE ARC-TISSUE PROCESSOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for an Automatic Tissue Processor specifically from Leica Biosystems/Leica Microsystems Inc. as part of a solicitation for the NM Southwestern Native Aquatic Resources and Recovery Center (ARC). This procurement is a Total Small Business Set-Aside and aims to acquire a brand-name tissue processor that meets specific technical requirements, including automated programmable cycles and vacuum infiltration, essential for histopathological evaluation of fish tissues related to endangered species research. Interested vendors must submit their quotes by January 14, 2025, at 1:00 PM Eastern Time, via email to danaarnold@fws.gov, with delivery expected by April 30, 2026, and the contract will be a firm-fixed-price order.
    MS SANDHILL CRANE NWR IDS/FS INSTALL
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the installation of an Underwriters Laboratory (UL) listed Intrusion Detection System (IDS) and a new fire system at the Mississippi Sandhill Crane National Wildlife Refuge (NWR) in Gautier, MS. The procurement includes specific requirements for the IDS, such as the Bosch 9512G series or DMP XR150 panels, with features like tamper notification, remote monitoring, and battery backup, alongside a fire system that includes a DMP XF150 panel and various detection devices. This project is crucial for enhancing the security and safety of the refuge, ensuring compliance with safety standards. Interested vendors must submit their questions by January 13, 2026, and quotations by January 20, 2026, with a firm-fixed-price contract to be awarded based on technical approach and past performance. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or call 612-713-5216.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    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.
    OC/EU UAS Emergency Fire Flight Services
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking qualified small businesses to provide Unmanned Aircraft Systems (UAS) emergency fire flight services to support various operations, including wildland fire management and search and rescue missions across the contiguous 48 states. The procurement involves an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year ordering period and a maximum shared ceiling of $7.5 million, requiring contractors to supply a minimum of two fully operated and maintained UAS along with qualified personnel and necessary equipment. This initiative is crucial for enhancing emergency response capabilities and ensuring compliance with FAA and DOI regulations. Interested parties must be registered in the System for Award Management (SAM.gov) and can direct inquiries to Stephanie Boles at stephanieboles@ibc.doi.gov.
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    42--Type 6 Light Wildland Fire Engine for Sand Lake NW
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole-source, firm-fixed-price contract to HEIMAN INC for the procurement of a Type 6 Light Wildland Fire Engine for the Sand Lake National Wildlife Refuge (NWR). This contract, categorized under NAICS code 336211 for Motor Vehicle Body Manufacturing, is justified due to Heiman Inc.'s specialized expertise in constructing custom wildland fire engines that comply with Department of the Interior (DOI) national standards. The fire engine will play a crucial role in enhancing firefighting capabilities in the region, with specifications including a 350-gallon booster tank and a 10-gallon Class 'A' foam system, among other features. Interested parties may submit capability statements to Fred Riley at fredriley@fws.gov by 2:00 PM EDT on January 22, 2026, to demonstrate their ability to provide competitive alternatives, although the final decision on competition will rest with the agency.