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
    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
    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.
    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.
    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
    ID-FWS DWORSHAK-NPDES TESTING FY25
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho, with a performance period spanning from April 1, 2025, to September 30, 2029. The procurement aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, reflecting the government's commitment to environmental integrity. This opportunity is a Total Small Business Set-Aside, inviting eligible small businesses to participate, with quotes due electronically by March 17, 2025. Interested vendors must be registered in the System for Award Management (SAM) and comply with federal regulations, including adherence to wage determinations set forth by the U.S. Department of Labor.
    TX-UVALDE NFH-TILT OVER DECK TRAILER
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide a 21K tilt-over deck trailer for the Uvalde National Fish Hatchery in Texas. The procurement requires vendors to meet specific technical specifications, including a gross vehicle weight rating (GVWR) of 21,000 lbs, and to deliver the trailer within 90 days post-contract award to the designated location. This equipment is essential for the hatchery's operations, supporting the agency's mission to manage and conserve fish and wildlife resources. Interested parties must submit their quotations by March 14, 2025, and can direct inquiries to Mack Washington at mackwashington@fws.gov or by phone at 404-679-4033.
    BOATS, MOTOR, AND TRAILERS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking quotes for the procurement of boats, motors, and trailers as part of a Request for Quote (RFQ) initiative. The procurement includes specifications for two boat hauls, outboard motors, and corresponding trailers, with options for additional equipment contingent on available funding. This acquisition is crucial for enhancing the operational capabilities of the USGS, particularly in marine environments, while promoting opportunities for small businesses through a Total Small Business Set-Aside. Quotes are due by March 17, 2025, and interested vendors should contact Janice Moye at jmoye@usgs.gov for further details.
    WA LITTLE WHITE SALMON NFH GEN MAINT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for generator maintenance services at the Columbia River Gorge Complex, specifically for three hatcheries: Little White Salmon NFH, Spring Creek NFH, and Willard NFH. The contract, structured as a total small business set-aside, requires vendors to provide routine maintenance and emergency repairs for five generators, ensuring their reliable operation throughout the performance period from April 1, 2025, to April 1, 2026, which includes a one-year base period and four option years. This procurement is vital for maintaining operational efficiency and supporting federal fish conservation efforts. Interested small businesses must submit their proposals by March 19, 2025, and can contact Oscar Orozco at oscarorozco@fws.gov for further information.
    7G--Special Notice of Intent to Sole Source Award
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, has issued a special notice of intent to award a sole-source contract for Biomark RFID systems. This procurement is aimed at acquiring compatible equipment necessary for monitoring bat populations at various roosts impacted by dam removal projects on the Klamath River, where existing installations of Biomark systems require the same brand for accurate data comparison. The urgency of this acquisition is underscored by the limited availability of alternatives that can ensure cross-compatibility with the existing systems, making Biomark the only viable supplier. Interested parties can reach out to Carter Duke at carterduke@fws.gov for further inquiries regarding this opportunity.
    Ag Tractor Repairs-Crescent Lake NWR, NE
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting quotes for the repair of two John Deere tractors at the Crescent Lake National Wildlife Refuge in Ellsworth, Nebraska. The procurement requires interested contractors to submit their price proposals, which must include details on transportation, materials, labor, and hourly rates, as the repairs involve replacing a wiring harness and leaking sensors due to electrical issues. This contract is crucial for maintaining the operational efficiency of the refuge's equipment, ensuring that essential services can continue without interruption. Quotes must be submitted by 5:00 PM ET on March 11, 2025, to the primary contact, Darla Freyholtz, at darlafreyholtz@fws.gov, and all offerors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    F--Herbicide application, ST. MARKS NWR-FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for herbicide application services at the St. Marks National Wildlife Refuge in Florida. The project aims to manage invasive species over 178 acres in preparation for planting longleaf pine seedlings and restoring understory vegetation, with a focus on achieving at least 95% coverage using specified herbicides. This procurement is critical for maintaining ecological health and habitat preservation within the refuge, emphasizing compliance with federal regulations and best management practices. Interested small businesses must submit their proposals by March 10, 2025, with further inquiries directed to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    Water Hyacinth Control, Matthews Brake NWR, MS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for an aerial herbicide application project aimed at controlling water hyacinth at the Matthews Brake National Wildlife Refuge in Mississippi. The project requires the contractor to apply ProcellaCOR SC herbicide over approximately 250 acres using a helicopter, with operations scheduled from May 15 to July 31, 2025, while ensuring compliance with all environmental regulations and effective drift control. This initiative is crucial for managing invasive aquatic plants to maintain ecological balance within the refuge. Interested contractors must submit their proposals, including a quote per acre, by the specified deadline, and can direct inquiries to Fred Riley at fredriley@fws.gov or by phone at 413-253-8738. The total estimated contract amount is $11.5 million, with a focus on small business participation, particularly from service-disabled veteran-owned and economically disadvantaged women-owned businesses.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    VT-MISSISQUOI NWR-INVASIVE SPECIES CONTR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide invasive species remediation services at the Missisquoi National Wildlife Refuge in Vermont. The primary objective is to manage and control invasive plant species, such as Phragmites and European buckthorn, across approximately 17 acres to enhance habitat for migratory birds and restore ecological integrity. This initiative underscores the importance of effective environmental management practices, particularly in protected wildlife areas. Interested contractors must submit their quotations by March 12, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.