UT JONES HOLE NFH ELECTROFISHING BACKBACK
ID: 140FS225Q0035Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 6, 2025, 12:00 AM UTC
  3. 3
    Due Jan 14, 2025, 10:00 PM UTC
Description

The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide a Smith-Root Apex backpack electrofishing unit for the Jones Hole National Fish Hatchery. This procurement aims to acquire specialized equipment essential for managing and preventing Whirling Disease, which poses a significant threat to native trout populations. The electrofishing unit will facilitate effective sampling of fish populations in critical areas, ensuring the health and integrity of local aquatic ecosystems. Interested contractors must submit their quotes by January 6, 2025, and can direct inquiries to Jeremy Riva at jeremy_riva@fws.gov or by phone at 303-236-4327.

Point(s) of Contact
Files
Title
Posted
Jan 7, 2025, 12:04 AM UTC
The U.S. Fish and Wildlife Service (FWS) seeks to acquire a Smith-Root APEX Backpack Electrofishers to safeguard the Jones Hole National Fish Hatchery against Whirling Disease. Due to the unit's specialized nature and Smith-Root's exclusivity as the sole manufacturer meeting specific requirements—such as diverse waveform selections—this purchase qualifies for a sole source procurement under the Federal Acquisition Regulation (FAR). The justifications assert that while alternatives exist, they do not possess the necessary specifications, hindering effective implementation of disease prevention measures. The Program/Project Officer and Contracting Officer endorse the procurement process, confirming that the cost is deemed fair based on comparable acquisitions. The urgency and unique capability of the product necessitate immediate action to protect native trout populations and prevent disease entry into the hatchery. This document illustrates the strategic acquisition approach employed by government agencies for specialized equipment essential to conservation efforts.
Jan 7, 2025, 12:04 AM UTC
The document is a Request for Quotation (RFQ) for the procurement of an Electrofisher Backpack Unit for the Jones Hole National Fish Hatchery. The solicitation includes detailed specifications for the equipment, including specific model numbers and service requirements. It encourages potential contractors to submit their quotes by January 6, 2025. The contract is set aside for small businesses and includes various compliance clauses related to federal regulations, including provisions for electronic invoicing via the Department of the Treasury's Invoice Processing Platform. Key evaluation factors for bids include technical conformance, past performance, and pricing. The government reserves the right to select a contractor that provides the best value, even if it is not the lowest priced bid. Additionally, the document outlines guidance on invoice submission, performance standards, and rights to terminate for convenience or cause. Overall, this RFQ is a standard procedure for federal procurement aimed at ensuring compliance and acquiring necessary equipment while maximizing value to the government.
Jan 7, 2025, 12:04 AM UTC
The Jones Hole National Fish Hatchery seeks to procure a Smith-Root Apex backpack electrofishing unit to manage and prevent Whirling Disease within its facilities. The unit is essential for sampling fish populations above and below a fish barrier in Jones Hole Creek, ensuring that no fish are present in critical areas that could introduce the disease. The required electrofishing unit must include various components and specifications, featuring portable capabilities, a specific output power range, and multiple safety devices. Key specifications include adjustable output voltage and frequency, operational duty cycles, comprehensive output indicators, and environmental requirements that ensure safe operation between specified altitudes and temperatures. Comprehensive diagnostics and overload protections are also vital for the effective functioning of the unit. The document outlines a clear intent to maintain the integrity of local fish populations and safeguard against disease outbreaks, reflecting the commitment of federal and local agencies to wildlife conservation and health management within aquatic ecosystems.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
66--CA-LODI FWO-NOTUS G700AP15 HYDROPHONE
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is soliciting quotes for the procurement of an Omni Portable Trawl Hydrophone and a Trawlmaster Command Unit or an equivalent product. This procurement aims to enhance the agency's capabilities in aquatic research and monitoring, with specific performance parameters outlined for the equipment. The contract will be awarded as a Firm-Fixed Price Contract to a responsible small business, emphasizing the importance of fair pricing and best value for the government. Interested vendors must submit their quotes via email by April 7, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
19--WV- BOAT/TRAILER ONLY FOR UNIT
Buyer not available
The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking to procure a specialized boat, motor, and trailer package designed for electrofishing research in collaboration with the West Virginia Cooperative Fish and Wildlife Research Unit. This equipment is essential for training USGS employees and students in motorboat operation and supporting research related to fisheries and wildlife management, requiring compatibility with specific electrofishing equipment and custom components. The procurement process will be non-competitive due to the unique specifications necessary for effective research, with alternative proposals accepted until April 9, 2025. Interested vendors can contact Brian Baker at bfbaker@usgs.gov for further information.
66--Special Notice of Intent to Sole Source Award
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Smith-Root, Inc. for the procurement of eDNA compact filtration units essential for maintaining sample integrity and logging metadata. This acquisition is critical for the Environmental DNA metabarcoding program, as Smith-Root is the sole manufacturer of the required filtration units, which are necessary for the operational needs of multiple Fish and Wildlife Conservation Offices (FWCOs). The urgency of this procurement stems from the need to avoid delays associated with validating alternative products, which have been deemed less compatible and more costly. Interested parties may submit capability statements via email to Carter Duke at carterduke@fws.gov, but no telephone inquiries will be accepted.
USFWS DALE HOLLOW NFH HATCHERY EFFLU PUMPS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the procurement of two effluent pumps for the Dale Hollow National Fish Hatchery in Celina, Tennessee. The contract, identified under solicitation number 140FS325Q0062, requires pumps with a minimum output of over 1600 gallons per minute (GPM) and a discharge head of 65 feet, with the performance period anticipated from April 30, 2025, to July 31, 2025. This procurement is critical for maintaining the operational efficiency of the hatchery, which plays a vital role in fish conservation and management. Proposals are due by April 15, 2025, and interested contractors must provide their SAM Unique Entity Identifier, a completed quote schedule, and past performance records to be considered. For further inquiries, contact Lee Riley at leeriley@fws.gov or call 404-679-4158.
NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide upfit services for emergency vehicles, specifically Ford F-150 trucks, to enhance the safety and functionality of Federal Wildlife Officers. The project requires the installation of emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to strict quality and safety standards while minimizing modifications to maintain vehicle resale value. This initiative is crucial for ensuring that wildlife law enforcement personnel are equipped with reliable and effective vehicles for their duties. Interested vendors must submit their quotes by April 18, 2025, with a delivery deadline set for September 30, 2025. For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
F--OR-SHELDON NWR-LOW TECH STRM RESTORATION
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to undertake a project focused on the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The objective is to design and implement restoration techniques that mimic natural structures to enhance aquatic habitats along Thousand Creek and Fish Creek, with a performance period set 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 contractors must submit their offers by April 16, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
F--Monitoring Juvenile Anadromous O. mykiss in the Lower San Joaquin and Stanislau
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking vendors for a project focused on monitoring juvenile anadromous Oncorhynchus mykiss (California Central Valley Steelhead) in the Lower San Joaquin and Stanislaus Rivers, California. The primary objective is to enhance understanding of these fish populations to improve management and conservation efforts while optimizing water delivery and hydropower from the Central Valley Project (CVP). This multi-year study will involve estimating population sizes, demographics, survival rates, and analyzing the impacts of CVP operations on fish habitats, with work scheduled to commence on September 1, 2025, for a base year and two additional one-year options. Interested parties must submit a capability statement by April 11, 2025, to Margaret Jones at margaretjones@usbr.gov, as this sources sought notice is intended to gather market information and does not constitute a request for contract proposals.
Grand Canyon River Mission 25-SRM022
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to participate in the Grand Canyon River Mission 25-SRM022 project, which focuses on the translocation monitoring of Colorado River Humpback Chub and Razorback Sucker, as well as non-native fish surveillance within Grand Canyon National Park. The objective of this procurement is to ensure effective environmental management and species preservation, requiring vendors to provide necessary labor, materials, and services. This initiative underscores the federal government's commitment to environmental stewardship and collaboration with small businesses in fulfilling essential conservation projects. Interested parties must submit their quotes by April 9, 2025, and can direct inquiries to Rebecca Myers at rebeccamyers@nps.gov or by phone at 719-715-3625.
AK-KENAI NWR-ROAD REPAIR (EQUIP) RENTAL
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking quotes from qualified small businesses for the rental of heavy equipment necessary for road repairs at the Dolly Varden Lake Campground in Sterling, Alaska. The project involves rehabilitating 0.5 miles of gravel road, which includes addressing drainage, vegetation, and ensuring fish and wildlife passage, with the performance period set from May 28, 2025, to June 28, 2025. This procurement is critical for maintaining accessibility and safety within the Kenai National Wildlife Refuge while enhancing wildlife habitats. Interested vendors must submit their quotations by April 21, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award consideration. For further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
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 bids for the repair and overhaul of a 2001 JetCraft boat at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project entails significant upgrades, including replacing the boat's engine with a KEM 6.2L V8, overhauling the decking, and enhancing the electrical systems, alongside inspecting and servicing 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 14, 2025, and ensure they are registered in the System for Award Management (SAM); the anticipated completion date for the project is March 31, 2025. For further inquiries, vendors can contact Tanner Frank at tannerfrank@fws.gov.