L--OR CLARK R BAVIN FORENSIC FIREARMS ANAYL
ID: 140FS125Q0070Type: Special Notice
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

TECHNICAL REPRESENTATIVE- INSTRUMENTS AND LABORATORY EQUIPMENT (L066)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 7:00 PM UTC
Description

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 oscar_orozco@fws.gov by April 14, 2020, as the contract is expected to span 12 months with four optional years, under NAICS code 541380.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 11:07 PM UTC
The U.S. Fish and Wildlife Service (FWS) seeks to contract a forensic laboratory for the analysis of projectiles and firearms, requiring the service provider to be accredited by the Association of Firearms and Toolmarks Examiners (AFTE) and adhere to strict evidence handling protocols. After market research, it was determined that Forensic Analytical Crime Lab is the only capable source that meets these criteria, given its accreditation and experience with testifying in court. The lab’s comprehensive in-house testing, quality adherence, and established procedures for chain of custody align with the needs of the National Fish and Wildlife Forensic Laboratory (NFWFL), which operates across all states in the U.S. This sole-source justification has received endorsements from both the Program/Project Officer and the Contracting Officer, allowing the acquisition procedure to proceed under FAR Part 13's guidelines. The document emphasizes the necessity for specialized forensic services and the unique qualifications of the selected contractor for fulfilling the NFWFL's requirements effectively.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Life Technologies for maintenance and service of the Kingfisher Apex, a critical piece of eDNA processing equipment used at the Whitney Genetics Lab in Onalaska, WI. This contract, which includes a base year and four option years, is necessary as Thermo Fisher Scientific is the sole manufacturer and provider capable of servicing the equipment without voiding warranties or compromising compliance with proprietary service conditions. The Kingfisher Apex is essential for processing hundreds of eDNA samples annually, requiring ongoing calibration and repair to ensure operational efficiency. Interested parties may express their capabilities within seven days of this notice, which closes on April 25, 2025, at 5:00 p.m. Eastern Time. For inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
F--HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting quotes for Marine Natural Resource Support Services, specifically targeting projects at Wake Atoll in the Pacific Islands, including Hawaii, Guam, and the Commonwealth of the Northern Marianas. Contractors are required to provide comprehensive personnel, equipment, and logistical support for marine surveys, including vessel operations, safety management, and SCUBA diving operations, with a focus on environmental conservation and compliance. This procurement is a total small business set-aside, with a performance period from May 1, 2025, to May 1, 2026, and an option for a one-year extension; interested parties must submit proposals that meet specific qualifications, including valid U.S. Coast Guard licenses and relevant experience, by the designated deadlines. For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
VA-DIV OF REALTY-APPRAISAL SERVICE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to provide appraisal and market valuation services for properties within the Yukon Delta National Wildlife Refuge in Alaska, under solicitation number 140F1S25Q0035. Interested offerors must possess a current certified general appraiser license and demonstrate technical and geographical competency in their proposals, which are due by April 24, 2025. This procurement is critical for ensuring accurate property valuations that support the FWS's mission and management of wildlife refuges. For further inquiries, potential bidders can contact Solmaz Salih at solmazsalih@fws.gov or by phone at 303-236-4250, and all quotes must remain valid for 60 days post-submission.
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.
OK-OK ESFO-TSCS NEGOTIATIONS SUPPORT
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide negotiation support for the Tulsa County Smelter Complex Natural Resource Damage Assessment and Restoration Case in Oklahoma. The contractor will be responsible for management, supervision, and non-personnel services, including preparing presentations, reviewing technical information, evaluating settlement offers, and drafting claims related to ecological and cultural damages. This contract is crucial for facilitating effective negotiations with potentially responsible parties and ensuring compliance with environmental laws, with a base period from May 1, 2025, to April 30, 2027, and an option for an additional year. Interested parties should contact William Fluharty at williamfluharty@fws.gov or 703-358-2631 for further details, and must adhere to the small business set-aside requirements outlined in the solicitation.
Forest Inventory and Analysis BPA Suite
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Forest Inventory and Analysis (FIA) Blanket Purchase Agreement (BPA) Suite. This initiative aims to enhance scientific and technical knowledge related to the inventory and analysis of the Nation's forests, focusing on collecting and reporting data about forest extent, content, and condition across 24 states. The FIA program is crucial for providing timely and credible information to various stakeholders, including policymakers and natural resource agencies, and requires contractors to demonstrate technical qualifications through past performance and capability assessments. Interested contractors must respond to the Sources Sought Notice to be considered for the BPA, with contact inquiries directed to Gayle Geiger at gayle.geiger@usda.gov or by phone at 470-705-0968.
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.
58--NOTICE OF INTENT TO SOLE SOURCE
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, intends to negotiate a sole source contract for the acquisition of InnovaSea Acoustic Telemetry System equipment, specifically acoustic transmitters for tracking adult Chinook Salmon. These transmitters are crucial for studying habitat usage, migration timing, and spawning locations, and must be compatible with existing Vemco receiver equipment to ensure data comparability and minimize costs associated with replacing the current receiver array. The procurement is justified due to the proprietary nature of the Vemco system, which has no alternative manufacturers or compatible products available. Interested parties must submit responses demonstrating the advantages of competition by April 29, 2025, to Contract Specialist Jack Skogen at JackSkogen@fws.gov.
VetAlert FMD and ASF test kits
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to establish a sole-source indefinite delivery indefinite quantity (IDIQ) contract with Tetracore, Inc. for the procurement of diagnostic kits for Foot and Mouth Disease (FMD) and African Swine Fever (ASF). The USDA plans to purchase an initial 500 test kits for each disease, valued at $352,800 each, with potential annual renewals over a three-year period, emphasizing the critical need for these kits to maintain animal health readiness and prevent significant economic impacts from disease outbreaks. The justification for this sole-source procurement highlights Tetracore's unique qualifications, as it holds the only USDA licenses for these specific test kits and has validated products that meet regulatory standards. Interested parties can contact Jason L. Wilking at Jason.L.Wilking@usda.gov or by phone at 612-336-3210 for further information.
B--IL-CRAB ORCHARD NWR-SAMPLING VOLUNTEER
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors to conduct soil sampling and testing at the Crab Orchard National Wildlife Refuge in Illinois. The primary objective is to assess contamination levels, including PCBs, pesticides, and metals, at twelve designated soil sampling locations to ensure compliance with Illinois Environmental Protection Agency standards for potential residential use. This procurement is critical for environmental safety and regulatory compliance, reflecting the government's commitment to responsible stewardship of public health and the environment. Interested contractors must submit firm fixed price proposals by the specified deadline, and for further inquiries, they can contact Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.