Idaho Custom Fish Feeding System Installation
ID: 140FS125Q0043Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

INSTALLATION OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (N036)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Fish and Wildlife Service is seeking quotes for the installation of a custom-designed automated fish feeding system at the Clearwater Fish Hatchery in Ahsahka, Idaho. This project, designated under solicitation number 140FS125Q0043, is a total small business set-aside and aims to enhance fish propagation by accommodating 1.9 million Chinook salmon and 900,000 Steelhead through modern feeding technology. The installation will require the contractor to ensure proper positioning, power connections, and functionality of the system, adhering to safety regulations due to the proximity to water and live fish. Quotes are due by March 12, 2025, with site visit requests accepted until March 5, 2025; interested parties should contact Chelsea Devivo at chelsea_devivo@fws.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service is soliciting quotes for the installation of a custom-designed automated fish feeding system at Clearwater Fish Hatchery in Ahsahka, Idaho. This solicitation (140FS125Q0043) is a total small business set aside, emphasizing small business participation under Federal Acquisition Regulation (FAR) guidelines. The project, intended for a performance period from April 1 to May 30, 2025, requires the qualified contractor to install the feeding system for 1.9 million Chinook salmon and 900,000 Steelhead. Quotes are due by March 12, 2025, with site visit requests accepted until March 5, 2025. The evaluation of proposals will focus on the contractor's past performance, technical understanding, and price, where price and technical factors are weighted equally. The installation requirements include positioning the system on a flat base, connecting power sources, aligning feed hoses, and ensuring proper function before final inspection by a technician from the feeding system company. The contract will adhere to established safety regulations, given the work’s proximity to water and live fish. Successful bidders must be registered in the System for Award Management (SAM) before submission. This initiative aims to enhance fish propagation and management through modern feeding technology.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    UT-JONES HOLE NFH- DEGASSING PUMP REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the replacement of two degassing pumps at the Jones Hole National Fish Hatchery in Vernal, Utah. The project requires the contractor to supply two Folsom 5 horsepower Simflo pumps, adhering to specific technical specifications and regulations, with a completion deadline set for April 1, 2025. This procurement is crucial for maintaining the health of fish populations and ensuring the hatchery's operational efficiency. Interested small businesses must submit their quotes, including technical proposals and past performance references, by March 3, 2025, with further inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    WI-IRON RIVER NFH - ICE PURCHASE
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking a contractor to supply 45,360 pounds of chlorine-free ice for the Iron River National Fish Hatchery, with a focus on transporting lake and brook trout from April to June 2025. The procurement requires the ice to be delivered in a climate-controlled manner, ensuring that it does not melt and that the cubes remain separate, with specific delivery expectations including 18 pallets by April 28, 2025, and additional pallets as needed. This ice is critical for maintaining fish viability during transportation, reflecting the hatchery's operational needs. Interested parties must submit their quotations by March 3, 2025, and can contact Dana Arnold at danaarnold@fws.gov or 703-468-8289 for further information.
    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.
    54--KS - QUIVIRA NWR - WEIR BOARD SLIDING GATES
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for the design, construction, and delivery of two weir board sliding gates at the Quivira National Wildlife Refuge in Stafford, Kansas. The project requires the gates to be fabricated from stainless steel (type 316) and to meet specific dimensions and operational standards, including manual operation via a hand crank. These gates are critical for enhancing water management capabilities within the refuge, supporting ecosystem preservation efforts. Proposals must be submitted by March 5, 2025, with evaluations based on technical expertise, pricing, and past performance, and interested parties can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further details.
    ID-MINIDOKA NWR-REPLACING BOAT ENGINE
    Buyer not available
    The U.S. Department of the Interior, specifically the Fish and Wildlife Service, is seeking quotations for the repair and overhaul of a 2001 JetCraft boat located at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project entails significant upgrades, including replacing the outdated engine with a modern 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 small businesses must submit their bids by March 4, 2025, with the completion deadline set for March 31, 2025. For further inquiries, vendors can contact Tanner Frank at tannerfrank@fws.gov.
    J--Hidden Lake Septic System Kenai NWR Alaska
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals from qualified contractors for the replacement of the septic system at Hidden Lake Campground within the Kenai National Wildlife Refuge in Alaska. This project, designated as a Total Small Business Set-Aside, involves the complete demolition of the existing septic system and the construction of a new system that complies with Alaska Department of Environmental Conservation regulations. The initiative is crucial for maintaining the campground's infrastructure, ensuring environmental compliance, and enhancing visitor experiences in this popular recreational area. Proposals are due by March 7, 2025, at 3:00 PM Mountain Standard Time, with the project expected to commence on April 1, 2025, and conclude by June 14, 2025. Interested contractors can contact Johnny Luang-Khot at johnnyluang-khot@fws.gov or by phone at 703-358-2313 for further details.
    REPAIR HEATING SYSTEM - MA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals from qualified contractors to repair and upgrade the heating systems at the North Attleboro National Fish Hatchery in Massachusetts. The project involves repairing the existing boiler and hydronic heating system in the Hatchery Building and replacing outdated warm air furnaces in the Old Office/Garage with new mini split ductless systems, ensuring compliance with safety regulations and building codes. This initiative is part of the federal effort to enhance operational efficiency and energy efficiency within critical infrastructure. Interested small businesses must submit their proposals by March 18, 2025, following a mandatory site visit on March 4, 2025, and can contact Christine Beauregard at ChristineBeauregard@fws.gov or 413-253-8232 for further information.
    Gravel for Sacramento NWRC
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the supply and delivery of gravel and riprap services at the Sacramento National Wildlife Refuge in California. The procurement includes a base requirement for 550 tons of ¾ AB gravel, 2,000 tons of 18” minus riprap/fractured rock, and 2,000 tons of 1 ½” AB gravel, with options for additional quantities to enhance water control structures and stabilize banks along the 26.2 Canal and Access Road. This initiative underscores the importance of maintaining environmental infrastructure and supporting wildlife habitats through the engagement of small business vendors, as the opportunity is set aside for small businesses under the Federal Acquisition Regulation. Quotations must be submitted by March 26, 2025, with a performance period of 30 days post-award, and interested parties can contact Justine Coleman at justinepasiecnik@fws.gov or by phone at 413-253-8287 for further details.
    CA-LODI FWO-CLARK FORKLIFT ASSESSMENT
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the assessment and repair of a Clark Model GPS25MB Forklift located at the Lodi Fish and Wildlife Office. Contractors are required to provide all necessary labor, materials, and supervision to complete the repair, ensuring compliance with manufacturer guidelines, and will also be responsible for transporting the forklift to their repair facility. This procurement is crucial for maintaining essential equipment used in wildlife management operations, reflecting the government's commitment to sustainable procurement practices. Interested small businesses must register in SAM and adhere to specific government regulations, with the performance period set from March 6, 2025, to May 6, 2025; for further inquiries, contact Roger Lockhart at rogerlockhart@fws.gov or call 404-679-7124.
    MN-FWS ARD-FSHRS-BPA SET UP-REPAIR SRVC
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for the repair and maintenance of small watercraft, motors, and trailers, specifically for the Alpena Fish and Wildlife Conservation Office in Gibraltar, Michigan. The procurement aims to cover a range of services including preventative maintenance, metal fabrication, and repairs for Mercury and Suzuki motors, as well as trailer maintenance and towing services. This initiative is crucial for ensuring the operational efficiency of the USFWS's fleet, which supports wildlife conservation efforts. Interested vendors must submit detailed quotations, including pricing lists and relevant certifications, with a total obligation capped at $250,000 over a five-year period. For further inquiries, vendors can contact Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.