F--Carcass Removal, Coleman NFH, CA
ID: DOIFFBO260001Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Rendering and Meat Byproduct Processing (311613)

PSC

NATURAL RESOURCES/CONSERVATION- FISH HATCHERY (F022)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) intends to award a sole-source, firm-fixed-price contract to Sacramento Rendering Co. for the urgent removal of salmon carcasses at the Coleman National Fish Hatchery in California. The contract will cover the disposal of approximately 45,000 pounds of salmon carcasses per load, twice weekly, from October 1, 2025, through May 31, 2026, during the spawning season, with the carcasses being unsuitable for donation and ideally repurposed for fertilizer. Interested parties may submit capability statements demonstrating how competition could benefit the Government by the deadline of 2:00 PM EDT on November 14, 2025, to Fred Riley at fred_riley@fws.gov. This opportunity falls under NAICS code 311613 (Rendering and Meat Byproduct Processing) and utilizes Simplified Acquisition procedures as outlined in FAR 13.501(a)(2).

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (FWS) has issued a Notice of Intent (NOI) to award a sole-source, firm-fixed-price contract to SACRAMENTO RENDERING CO. The contract is for the disposal of salmon carcasses from October 1, 2025, through May 31, 2026, during the spawning season. These carcasses are unsuitable for donation and are intended for fertilizer use. This action falls under NAICS code 311613 (Rendering and Meat Byproduct Processing) and utilizes Simplified Acquisition procedures (FAR 13.501(a)(2)). This is not a request for competitive quotes, but responsible sources may submit capability statements by 2:00 PM EDT on November 14, 2025, to Fred Riley at fred_riley@fws.gov, demonstrating how competition would benefit the Government. The agency retains discretion on whether to proceed with a competitive procurement based on responses.
    The U.S. Fish and Wildlife Service's Coleman National Fish Hatchery requires salmon carcass removal services from October 1, 2025, through May 31, 2026. The contractor must provide all necessary labor, facilities, equipment, and supervision for disposing of approximately 45,000 pounds of salmon carcasses per load, twice weekly, with potential for additional pickups. These carcasses are unsuitable for donation and are ideally used for fertilizer. The hatchery will use a forklift to load carcasses into the contractor's transport vehicle at the Anderson, CA location. Evaluation and acceptance will be determined by the Technical Coordinator/hatchery manager. The contractor is responsible for protecting government property and restoring any damaged areas. Normal duty hours are Monday to Friday, 7:00 a.m. to 4:30 p.m., with emergency services potentially required during non-duty hours.
    This government file outlines clauses and provisions for federal contracts, incorporating by reference various Federal Acquisition Regulation (FAR) clauses and Department of the Interior Acquisition Regulation (DIAR) clauses. Key FAR clauses cover System for Award Management, commercial item terms, prohibitions on certain hardware/services (e.g., Kaspersky Lab, telecommunications, ByteDance), reporting executive compensation, protecting government interests when subcontracting with debarred entities, small business programs (HUBZone, limitations on subcontracting, post-award rerepresentation), labor standards (convict labor, segregated facilities, equal opportunity, veterans, workers with disabilities, combating trafficking in persons), foreign purchases restrictions, text messaging while driving, and electronic funds transfer. DIAR clauses detail contracting officer authorities and delegations. The document also emphasizes green acquisition initiatives and electronic invoicing via the IPP system. It specifies instructions for offerors, requiring separate price and technical/past performance proposals, and outlines evaluation criteria based on Lowest Priced Technically Acceptable (LPTA) methodology, considering technical approach, past performance, and key personnel. Offerors must complete representations and certifications, including small business status and Buy American Act compliance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CENTRAL COAST RANGER DISTRICT SEPTIC/VAULT PUMPING
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for septic and vault pumping services at the Central Coast Ranger District in Waldport, Oregon. The contractor will be responsible for the removal and disposal of sewage and foreign debris from septic/vault toilets, providing all necessary equipment while adhering to environmental and safety regulations. This service is crucial for maintaining sanitation at recreation sites, particularly during peak demand from April to October. Proposals must be submitted by December 15, 2025, to Jared Machgan at jared.machgan@usda.gov, with the contract covering a base year from January 1, 2026, to December 31, 2026, and two optional extension years. The evaluation will focus on technical capability, past performance, and price, with a fixed-firm price required for all services.
    FCI THREE RIVERS - Q2 FY26 - MEAT
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking proposals for the procurement of meat products for the FCI Three Rivers facility in Texas, scheduled for the second quarter of fiscal year 2026. This opportunity is set aside for small businesses and falls under the NAICS code 311612, which pertains to meat processed from carcasses, indicating the need for high-quality meat supplies for institutional use. The procurement is crucial for maintaining the dietary needs of the facility's population, ensuring compliance with health and nutritional standards. Interested vendors can reach out to Brandy Perez at b5Perez@bop.gov or call 361-786-3576 for further details regarding the solicitation process.
    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 Wavedivision Holdings, LLC, doing business as Astound Business Solutions, for the provision of monthly fiber optic internet service at the Little White Salmon National Fish Hatchery in Cook, Washington. This procurement is necessary due to the facility's current extremely slow internet speeds, and Astound is the only provider capable of delivering the required service, as they own the existing fiber network and do not allow other providers to utilize it. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until December 9, 2025, to express their interest and capability to respond to this requirement. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    FCI Texarkana - 1st Qtr FY2026 - Meats
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons at FCI Texarkana, is seeking quotes for the procurement of various meat products for the first quarter of Fiscal Year 2026 under Solicitation Number 15B51525Q00000026. This contract, set aside for small businesses, includes items such as beef roast, ground beef patties, turkey, and chicken, with specific requirements for quality, packaging, and compliance with federal food regulations. The contract will be awarded based on price and past performance, with a submission deadline for quotes set for August 22, 2025, at 3:00 P.M. Central Standard Time, and an anticipated award date of August 28, 2025. Interested vendors should contact Galo Morlet at gmorlet@bop.gov or by phone at 903-838-4587 for further details.
    Final Supplement 212 and Supporting FPPS’s for Boneless Beef Products, May 2025
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service, is seeking contractors to supply Fresh Chilled Boneless Beef Products for food and nutrition assistance programs, with an updated Supplement 212 and Supporting FPPS’s for May 2025. Contractors must submit technical proposals that detail production processes, quality assurance measures, and compliance with animal welfare standards, ensuring that only products meeting stringent safety and quality standards are eligible for USDA contracts. This procurement is vital for maintaining high-quality beef supplies for federal nutrition programs while promoting food safety and animal welfare practices. Interested parties should refer to the updated guidelines in the provided documentation for submission requirements and compliance assessments, as well as the importance of maintaining domestic product origins.
    23--CHARLES M RUSSELL NWR - Bumper Pull Dump Trailer
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for a Bumper Pull Dump Trailer for the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana. The procurement requires a trailer that meets specific technical specifications, including dimensions, axle capacity, and various components such as electric brakes and LED lights, with delivery to be made to the refuge facility. This equipment is essential for the refuge's operational needs, supporting wildlife management and habitat maintenance efforts. Proposals are due by December 11, 2025, at 10 AM Eastern Time, and must be submitted via email to Dana Arnold at danaarnold@fws.gov, with the contract period of performance set from December 18, 2025, to June 5, 2026.
    Final Supplement 213 Beef Special Trim, May 2025
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), is seeking contractors for the procurement of Beef Special Trim (Fresh/Frozen) as part of federal nutrition assistance programs, with an updated Supplement 213 effective until May 2025. Contractors must adhere to specific eligibility criteria, including a competitive bidding process and the submission of technical proposals that demonstrate compliance with quality assurance methods, animal welfare standards, and food safety regulations. This procurement is crucial for ensuring a reliable supply of high-quality beef products that meet federal standards, thereby supporting various USDA programs. Interested parties should review the detailed requirements outlined in the Supplement and prepare their proposals accordingly, as compliance will be monitored by AMS's Quality Assessment Division.
    2ND QTR FY26 - MEAT - PETERSBURG
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons at the Federal Correctional Complex in Petersburg, Virginia, is soliciting bids for the procurement of various frozen meat and fish products for the second quarter of Fiscal Year 2026, under solicitation number 15B11426Q00000004. The contract, which is a total small business set-aside, requires delivery of items such as ground beef, chicken, fish fillets, and pork products to be completed by January 23, 2026, with specific delivery times set from 7:30 AM to 2:00 PM ET, Monday through Friday. These products are essential for the food service operations within the correctional facility, ensuring the provision of quality meals to the inmate population. Interested vendors must submit their quotes by December 10, 2025, with the anticipated award date being December 19, 2025; for further inquiries, contact Adam McCarter at amccarter1@bop.gov or by phone at (804) 504-7200.
    F--Invasive Species Treatment at Coldwater River NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the Invasive Species Treatment at Coldwater River National Wildlife Refuge in Grenada, Mississippi. The project involves the removal of invasive Chinese tallow trees across a 56-acre area, with a goal of achieving a 95% control rate within four to six months post-treatment, utilizing approved herbicides and adhering to environmental protection guidelines. This small business set-aside contract, with an estimated performance period from January 5, 2026, to September 30, 2026, emphasizes technical and past performance in its evaluation criteria, with quotes due by December 22, 2025. Interested parties should contact Contract Specialist Fred Riley at fredriley@fws.gov for further details and ensure they acknowledge the solicitation amendment by the specified deadline.
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.