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.