10--WI ASHLAND - FWCO GILL NETS STURGEON
ID: DOIFFBO260012Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

All Other Miscellaneous Textile Product Mills (314999)

PSC

NETS AND BOOMS, ORDNANCE (1070)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to M & S Inc. for the procurement of specialized multi-mesh gill nets used in assessing juvenile lake sturgeon in the Great Lakes region. The contract will involve the purchase and delivery of gill nets that meet specific technical specifications, which are crucial for maintaining standardized surveys conducted by various agencies around Lake Superior since 2011. These nets are essential for effective fishery management and conservation efforts in the area. Interested parties who believe they can fulfill these requirements are invited to submit a statement of capabilities via email to Dana Arnold at dana_arnold@fws.gov, with no reimbursement for costs incurred in the submission process.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    7G--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to InnovaSea Systems, Inc. for the procurement of acoustic telemetry transmitters necessary for maintaining the telemetry network at the Ohio River Substation. This acquisition aims to expand the existing infrastructure and replace aging units currently used for tracking invasive carps, ensuring the continued effectiveness of the monitoring program. The decision to proceed with a sole source award is justified under FAR subpart 13.106-1(b)(1)(i) and (ii), as InnovaSea is the only source capable of providing compatible transmitters due to the established infrastructure and existing relationship. Interested parties may submit a statement of capabilities to the primary contact, Carter Duke, at carterduke@fws.gov, although this notice does not constitute a solicitation for competitive quotes.
    54--SC-BEARS BLUFF NFH-FIBERGLASS TANKS
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is soliciting quotes for the procurement of three fiberglass aquaculture tanks for the Bears Bluff National Fish Hatchery located in Wadmalaw Island, South Carolina. The tanks must meet specific requirements, including being 10 feet in diameter and 3 feet deep, with features such as sectional fiberglass construction, a recessed sump, and a polished gelcoat finish. These tanks are critical for housing aquatic species, supporting the hatchery's mission to enhance fish populations and ecosystems. Interested small businesses must submit their quotes by January 12, 2026, at 3 PM EST, and can direct inquiries to Merenica Banks at merenicabanks@fws.gov or by phone at 703-358-2072.
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    Supplement 512 for Fish and Fishery Products
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), is seeking contractors for the procurement of fish and fishery products as outlined in the Final Supplement 512, effective January 2026. This opportunity requires contractors to be USDA/NOAA SIP Approved Establishments, comply with FDA regulations, and maintain an AMS-approved food defense plan, with specific updates including revised raw material requirements for shrimp and new labeling mandates. The products are essential for federal food assistance programs, emphasizing quality assurance, domestic sourcing, and compliance with stringent inspection protocols. Interested parties should prepare technical proposals detailing product specifications and quality measures, as well as be ready for pre-award assessments and post-award audits, with all associated costs borne by the contractor.
    Hatchery Fish Stocking
    Dept Of Defense
    The Department of Defense, through the 10th Contracting Squadron at the United States Air Force Academy (USAFA), is seeking sources for the replenishment of hatchery fish, specifically whirling disease-negative rainbow trout, for recreational fishing lakes. The procurement requires the delivery of 9-11 inch trout in specified quantities, with up to 5,500 pounds for USAFA and 4,500 pounds for the Farish Recreational Area, across five deliveries scheduled from April to September. This initiative is crucial for maintaining the health and sustainability of the fish populations in the designated lakes, which include Leo Lake, Grace Lake, and Sapphire Lake. Interested parties must submit their company information, socio-economic status, and examples of similar services by January 13, 2025, at 2:00 PM Mountain Time, and must be registered in the System for Award Management (SAM). For further inquiries, contact Judy Higgs at judy.higgs@us.af.mil or Cody Bridges at cody.bridges@us.af.mil.
    42--Type 6 Light Wildland Fire Engine for Sand Lake NW
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole-source, firm-fixed-price contract to HEIMAN INC for the procurement of a Type 6 Light Wildland Fire Engine for the Sand Lake National Wildlife Refuge (NWR). This contract, categorized under NAICS code 336211 for Motor Vehicle Body Manufacturing, is justified due to Heiman Inc.'s specialized expertise in constructing custom wildland fire engines that comply with Department of the Interior (DOI) national standards. The fire engine will play a crucial role in enhancing firefighting capabilities in the region, with specifications including a 350-gallon booster tank and a 10-gallon Class 'A' foam system, among other features. Interested parties may submit capability statements to Fred Riley at fredriley@fws.gov by 2:00 PM EDT on January 22, 2026, to demonstrate their ability to provide competitive alternatives, although the final decision on competition will rest with the agency.
    Z--FL- WELAKA NFH-GARAGE DOORS - BEECHER UNIT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for a construction project at the Welaka National Fish Hatchery (NFH), specifically for the replacement of seven manually opened garage doors at the Beecher Unit in Crescent City, Florida. The project requires the removal of existing doors and the installation of new hurricane-rated sectional doors, which must comply with Putnam County's wind load requirements, along with all necessary hardware and installation services. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated to be less than $25,000, and proposals are due by January 15, 2026, at 5:00 PM EST. Interested contractors should contact John Ferrall at johnferrall@fws.gov for further details and must ensure they are registered in the System for Award Management (SAM) prior to proposal submission.
    NM-SOW NATIVE ARC-TISSUE PROCESSOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for an Automatic Tissue Processor specifically from Leica Biosystems/Leica Microsystems Inc. as part of a solicitation for the NM Southwestern Native Aquatic Resources and Recovery Center (ARC). This procurement is a Total Small Business Set-Aside and aims to acquire a brand-name tissue processor that meets specific technical requirements, including automated programmable cycles and vacuum infiltration, essential for histopathological evaluation of fish tissues related to endangered species research. Interested vendors must submit their quotes by January 14, 2025, at 1:00 PM Eastern Time, via email to danaarnold@fws.gov, with delivery expected by April 30, 2026, and the contract will be a firm-fixed-price order.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    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.
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a 2,000-gallon above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing the existing tank with a new 1,000-gallon tank, reconnecting supply lines, and ensuring compliance with safety standards for emergency generator operations. This procurement is crucial for maintaining the operational integrity of the hatchery while adhering to environmental and safety regulations. Interested contractors should note that the period of performance is from January 20, 2026, to February 20, 2026, with a site visit scheduled for January 14, 2026, and quotes due by January 20, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.