19--AK-DIV OF MB-NRDAR-VESSEL CHARTER IN PWS
ID: 140FNR25Q0020Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Deep Sea Passenger Transportation (483112)

PSC

FISHING VESSELS (1920)

Set Aside

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

    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking quotations for a vessel charter service in Prince William Sound, Alaska, to support migratory bird management efforts. The procurement requires a charter vessel capable of accommodating nine scientists along with necessary equipment for conducting marine bird surveys, with operational capabilities and crew qualifications adhering to U.S. Coast Guard standards. This initiative is crucial for effective management of migratory bird populations and is set as a Total Small Business Set-Aside, encouraging participation from small business sources. Proposals must be submitted by June 9, 2025, for the performance period scheduled from July 10 to July 19, 2025, with inquiries directed to William Fluharty at william_fluharty@fws.gov or by phone at 703-358-2631.

    Point(s) of Contact
    Fluharty, William
    (703) 358-2631
    (703) 358-2264
    william_fluharty@fws.gov
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) issued by the U.S. Fish and Wildlife Service for a vessel charter in Prince William Sound, Alaska, to support migratory bird management efforts. Set for the period from July 10 to July 19, 2025, the RFQ outlines the need for a charter vessel capable of accommodating nine scientists and necessary equipment for marine bird surveys. Key requirements include vessel specifications, operational capabilities, and crew qualifications, all of which must comply with U.S. Coast Guard standards. Proposals must include a detailed Statement of Work (SOW) addressing factors like vessel inspection, safety measures, and living conditions aboard the vessel. The offerors should also provide a price schedule for the base year and potential options for subsequent years. The RFQ emphasizes it is a Total Small Business Set-Aside, aiming to engage small business sources while clarifying that submitted quotations are not binding offers. Furthermore, the document contains clauses for compliance with federal regulations and outlines performance evaluation processes. This initiative aims to ensure safe and effective management of migratory bird populations through rigorous contractual standards and operational oversight.
    The document serves as an amendment to a solicitation, extending the due date for quotes until June 9, 2025, at 11:00 EST, with the period of performance set from July 10, 2025, to July 19, 2025. It requires contractors to acknowledge receipt of the amendment through specified means, such as by returning copies or via electronic communication. The amendment outlines instructions for contractors wishing to modify their offers, ensuring acknowledgment is received by the designated location before the specified time to avoid rejection. Key contacts for technical inquiries are provided, namely Robert Kaler and Elizabeth (Liz) Labunski. This amendment reflects standard procedures in government Requests for Proposals (RFPs) and contract modifications, indicating a structured approach to procurement while maintaining transparency in communication with potential contractors. Overall, it emphasizes the importance of timely responses to amendments in federal contracting processes.
    The document is a Request for Quotation (RFQ) from the U.S. Federal Government, specifically the Fish and Wildlife Service's Natural Resource Damage Assessment and Restoration (NRDAR) division. The RFQ, numbered 140FNR25Q0020, requests quotations for a vessel charter service, including fuel, lodging, and meals, to be delivered to Anchorage, Alaska. Proposals must be submitted by May 30, 2025, with a period of performance scheduled from July 10 to July 19, 2025. Key contacts for technical inquiries are provided. The RFQ is not a commitment from the government to pay for any costs associated with preparing a quote and indicates that supplies are expected to be of domestic origin, unless otherwise specified. This request serves as a formal invitation for businesses, particularly those in compliance with small business set-asides, to submit pricing and availability for required services in the designated timeframe.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NOAA GOA and AI Bottom Trawl Survey Vessel Charter
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking a qualified contractor to provide a charter vessel for conducting a stock assessment bottom trawl survey of groundfish in the Aleutian Islands and Gulf of Alaska during the years 2026, 2027, 2028, and 2029. The contract will be a Firm-Fixed Price type, aimed at supporting NOAA's mission to assess fish populations and ensure sustainable fisheries management in these critical marine environments. This procurement is particularly important for maintaining the health of fish stocks and supporting the fishing industry in Alaska. Interested small businesses are encouraged to reach out to Carina Topasna at carina.topasna@noaa.gov or call 206-526-6350 for further details regarding the solicitation process.
    Z--GAOA - Alaska Peninsula NWR Float Plane Dock Replacement
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking small businesses to replace the floatplane dock at the Alaska Peninsula National Wildlife Refuge (NWR). The project involves demolishing the existing dock system, which suffered structural damage during a storm, and includes the construction of a new dock, bulkhead, gangway, and optional boat ramp as per the provided designs and specifications. This procurement is critical for maintaining safe access to the refuge and ensuring operational efficiency for wildlife management activities. Interested contractors must register in SAM and submit inquiries via email to Samantha LaGue at samanthalague@fws.gov, with the project magnitude estimated between $1 million and $5 million and a solicitation expected to be posted around June 4, 2025.
    J--HAULOUT OF THE R/V KIYI
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Geological Survey (USGS), is seeking proposals for the haulout, inspection, maintenance, and repair of the Research Vessel Kiyi, which is home ported in Ashland, Wisconsin. This procurement, categorized as a Total Small Business Set-Aside under NAICS Code 336611, requires contractors to perform a range of tasks including hull inspections, machinery overhauls, and compliance with safety and environmental regulations during the vessel's scheduled maintenance period from October 1, 2025, to May 1, 2026. The R/V Kiyi plays a crucial role in fisheries research in the Great Lakes, and maintaining its operational integrity is essential for ongoing scientific efforts. Interested vendors must submit their proposals via email to the designated contracting officer, Mary (Beth) Wilson, by the specified deadline, with the contract award following the Federal Acquisition Regulations for commercial item procurements.
    VESSEL CHARTER AND SUPPORT SERVICES FOR DEPLOYMENT AND RETRIEVAL OF VIDEO ARRAYS eDNA SAMPLING AND SIDESCAN MAPPING
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide vessel charter and support services for the deployment and retrieval of video arrays, environmental DNA (eDNA) sampling, and sidescan mapping in the Gulf of Mexico. The contract requires the chartering of a vessel equipped for 24-hour operations over a ten-day period, with specific requirements for vessel safety, crew proficiency, and operational capabilities as outlined in the Statement of Work. This procurement is critical for conducting marine surveys that contribute to the assessment and management of marine resources, ensuring compliance with environmental standards. Interested parties must submit their quotes electronically by June 24, 2025, to Heather Mahle at heather.mahle@noaa.gov, and are encouraged to review the attached documents for detailed requirements and evaluation criteria.
    FLOATING BARGE WITH FIN ANTENNA
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking proposals for the provision of floating barges equipped with fin antennas as part of a Request for Quotations (RFQ) aimed at enhancing salmonid passage monitoring through the detection of 134.2 kHz PIT tags. The procurement requires vendors to deliver, install, and assemble the detection arrays at specified dam locations in Oregon, ensuring the systems can operate in various water depths and are remotely maintainable. This initiative is critical for monitoring fish passage and supporting ecological studies, with a total small business set-aside to encourage participation from qualified small enterprises. Proposals must be submitted electronically by June 23, 2025, with the performance period running from July 1 to September 16, 2025. For further inquiries, interested parties can contact Victor Nuno at vnuno@usgs.gov or by phone at 916-278-9442.
    SUPPLY, PROCUREMENT OF 25-FOOT VESSEL, OUTBOARD EN
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking quotes for the procurement of a 24 to 27-foot vessel, an outboard engine, and a trailer specifically for use at Biscayne National Park. The requirements include a robust fiberglass boat designed for daily maintenance operations, featuring an unsinkable self-bailing hull, heavy-duty rubrail, and a minimum five-year warranty, along with a preferred Mercury Marine 400 V10 AMS VERADO engine and essential safety equipment. This procurement is part of a Total Small Business Set-Aside under NAICS code 336612, emphasizing the importance of enhancing operational capacity in managing park resources while fostering small business participation. Quotes are due by 04:00 PM EST on June 19, 2025, with questions accepted until June 13, 2025; interested vendors should contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959 for further information.
    USCGC KINGFISHER (WPB-87332). DOCKSIDE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dockside maintenance for the USCGC KINGFISHER (WPB-87332) under a total small business set-aside contract. The procurement involves renewing one Port Main Engine (MDE) and performing W5 Maintenance on one Starboard MDE, ensuring the operational readiness of the vessel's marine engine systems. This opportunity is critical for maintaining the performance and safety standards of Coast Guard vessels, reflecting the government's commitment to effective maritime operations. Interested contractors should submit their quotations in response to solicitation number 70Z08025QPBPL0027, and may contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further information.
    NM FWS REFUGES LE VEHICLE UPFIT
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the upfitting of Class A emergency vehicles for the Division of Refuge Law Enforcement Southwest (DRLESW) in New Mexico. The primary objective is to enhance the safety and operational efficiency of Federal Wildlife Officers by equipping vehicles with essential emergency response systems, including lighting, sirens, and specialized control consoles, while adhering to rigorous performance specifications and quality standards. This procurement is critical for maintaining effective law enforcement operations within national wildlife refuges and is set aside for small businesses, with a performance period from June 24, 2025, to October 31, 2025. Interested vendors should contact Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321 for further details and to ensure compliance with the submission requirements outlined in the Request for Quotation (RFQ).
    P--NPS GWMP Vessel Removal and Disposal Services
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is seeking qualified contractors to provide vessel removal and disposal services for two derelict vessels located within the George Washington Memorial Parkway (GWMP) and Dyke Marsh Wildlife Preserve. The primary objective of this procurement is to safely remove a 23-ft Tanzer sailboat and an estimated 35-42 ft Mainship power boat, ensuring compliance with environmental regulations and minimizing impact on the wildlife preserve. This opportunity is open to all qualified contractors under Full and Open Competition, with proposals due by July 3, 2025, and will be evaluated based on technical capability, past performance, and price. Interested parties can contact Hanna Mershman at hannamershman@ibc.doi.gov for further inquiries.
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    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.