20--ID-DWORSHAK NFH-YANKEE FORK TRAP BOX
ID: DOIFFBO250033Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

COMMERCIAL FISHING EQUIPMENT (2060)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 3, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 3, 2025, 12:00 AM UTC
  3. 3
    Due Jan 8, 2025, 8:00 PM UTC
Description

The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking to award a sole-source contract to Jetco Machine and Fabrication LLC for the fabrication of an aluminum trap box intended for a resistance board weir installation for the Shoshone-Bannock Tribe. This procurement is urgent due to the inadequacy of the existing trap box, necessitating completion by February to facilitate the collection of steelhead during the upcoming spring trapping season. The selected vendor, Jetco, has been identified as the only qualified local contractor capable of meeting the specific requirements and timeline, given their previous collaboration with the agency and the remote location's constraints. Interested parties must submit their capability statements to Contracting Specialist Oscar Orozco via email by 3:00 PM EST on January 8, 2025, to be considered for this opportunity.

Point(s) of Contact
Files
Title
Posted
Jan 4, 2025, 2:04 AM UTC
The Idaho Fish and Wildlife Service Conservation Office (IFWCO) is seeking a sole source vendor, Jetco Machine and Fabrication, to fabricate an aluminum fish trap box for a resistance board weir installation for the Shoshone-Bannock Tribe. This acquisition is urgent as the old trap box is unsuitable, and the project must be completed by February to collect steelhead this spring. Market research identified Jetco as the only qualified local contractor within 100 miles capable of meeting the project's specific requirements and timeline, given the remote location and lack of available aluminum welders. IFWCO has previously collaborated with Jetco for similar welding projects, ensuring their expertise in building fish-related items. The complexity and material specifications necessitate onsite visits during fabrication, further emphasizing the necessity of a nearby vendor. The document includes justifications for using sole source acquisition procedures and confirms the accuracy of the information provided. Ultimately, this initiative underscores the commitment to timely and effective collaboration with tribal entities for conservation efforts.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
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.
OK DEEP FORK NWR CULVERT BOX
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the construction of a box culvert at the Deep Fork National Wildlife Refuge in Okmulgee County, Oklahoma. The project involves the installation of concrete structures, including box culverts and approach drives, while ensuring compliance with environmental regulations and federal standards. This initiative is crucial for enhancing infrastructure at national wildlife refuges while promoting habitat protection and sustainability. Interested small businesses must submit sealed offers by the specified deadlines, with the anticipated contract value ranging from $100,000 to $250,000, and work expected to commence by June 10, 2025, and conclude by October 10, 2025. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
CA-COLEMAN NFH-URGENT TRUCKING OPERATION
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors for the CA-Coleman NFH-Urgent Trucking Operation. This procurement involves specialized freight trucking services, focusing on the transportation of goods essential for wildlife management and conservation efforts. The contract is set aside for small businesses, emphasizing the government's commitment to supporting small enterprises in fulfilling critical operational needs. Interested parties can reach out to Oscar Orozco at oscarorozco@fws.gov for further details, although specific funding amounts and deadlines have not been provided in the overview.
St Marys River Compensating Works Gate 16 Sea Lamprey Trap
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Detroit District, is seeking qualified firms to provide construction services for the St. Marys River Compensating Works Gate 16 Sea Lamprey Trap project in Lake Isabella, Michigan. The project involves the construction of a sea lamprey trap structure, including a steel-grating platform, trap vault, and lift system, with an estimated construction cost between $500,000 and $1,000,000. This initiative is critical for managing invasive species and maintaining ecological balance in the river system. Interested contractors must submit their capabilities and relevant project experience by April 24, 2025, to Contract Specialist Noah Bruck at Noah.R.Bruck@usace.army.mil and Contracting Officer Stephanie Craig at Stephanie.M.Craig@usace.army.mil, referencing "SOURCE SOUGHT St Marys River Sea Lamprey Trap" in the subject line.
J--Region 4 Heavy Equipment Maintenance and Repair BPA
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service (USFWS), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services in Region 4. The selected vendor will be responsible for providing all necessary tools and personnel to perform diagnostics, maintenance, and repairs on various heavy equipment, including backhoes and dozers, with services encompassing preventative maintenance, emergency repairs, field diagnostics, parts provision, and waste disposal. This BPA, which is set for a duration of ten years, is crucial for ensuring the efficient management of operational equipment used by the USFWS across multiple states and territories, with individual orders limited to $2,500 and oversight from trained personnel. Interested parties can contact Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387 for further details.
Tracked Carrier, Detroit Lakes WMD, MN
Buyer not available
The U.S. Fish and Wildlife Service is soliciting quotes for a firm fixed-price contract to supply one all-terrain tracked carrier for the Detroit Lakes Wetland Management District in Minnesota. This procurement is specifically set aside for small businesses and requires contractors to submit an itemized proposal that includes their SAM UEI number and adheres to the detailed specifications outlined in the solicitation. The tracked carrier is essential for environmental management and operational needs, ensuring compliance with safety and performance standards, including US EPA emissions regulations. Interested parties must submit their proposals by 5:00 PM Eastern Time on April 16, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information.
J--ID-MINIDOKA NWR-REPLACING BOAT ENGINE
Buyer not available
The U.S. Department of the Interior, specifically the Fish and Wildlife Service, is seeking quotations for the repair and overhaul of a 2001 JetCraft boat at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project involves replacing the boat's engine with a modern KEM 6.2L V8, overhauling the decking, upgrading electrical systems, and inspecting critical components to ensure operational reliability and safety. This refurbishment is crucial for maintaining the vessel's effectiveness in supporting wildlife conservation efforts. Interested vendors must submit their quotes by April 30, 2025, with the anticipated completion date for the work set for March 31, 2025. For further inquiries, potential bidders can contact Tanner Frank at tannerfrank@fws.gov.
58--ACOUSTIC TRANSMITTERS
Buyer not available
The U.S. Geological Survey (USGS) is conducting market research to identify qualified businesses capable of providing acoustic transmitters for studying juvenile salmonid survival at Lookout Point Dam in Oregon. The required transmitters must meet specific technical specifications, including the use of binary phase shift keyed (BPSK) coding, a unique 4-place alphanumeric code ID, and operational capabilities within a temperature range of 0 to 31 degrees Celsius, among other criteria. These acoustic transmitters are crucial for monitoring fish populations and ensuring the effectiveness of conservation efforts. Interested vendors must submit a product data sheet detailing their capabilities via email to Yangzhi Deng at yangzhideng@usgs.gov by April 15, 2025, at 12:00 PM PST, as hardcopy submissions will not be accepted.
F--OR-SHELDON NWR-LOW TECH STRM RESTORATION
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for a federal contract focused on the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The project aims to enhance aquatic habitats by implementing restoration techniques that mimic natural structures, specifically along Thousand Creek and Fish Creek, with a performance period from May 1, 2025, to April 30, 2026. This initiative is crucial for improving stream health and biodiversity, aligning with federal and state environmental restoration efforts. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
TETON HERBICIDE FY 2025
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of Teton Herbicide as part of the Fort Hall Irrigation Project for fiscal year 2025. This acquisition is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 325320, focusing on the need for aquatic herbicides to control vegetation that obstructs irrigation water flow. The Teton Herbicide is uniquely qualified for this purpose, being the only EPA-approved product containing Salt of Endothall, making its timely application critical to avoid legal repercussions. Proposals are due by April 10, 2025, with a delivery deadline of 60 days post-award. Interested vendors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or by phone at 571-560-0519 for further information.