R--VA DIC 2024 TRILATERAL COMMITTEE INTERPRET SERVICE
ID: 140FS324Q0051Type: Solicitation
Overview

Buyer

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

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    Solicitation from the Department of the Interior, US Fish and Wildlife Service, is seeking simultaneous interpretation services for the 2024 Trilateral Committee of the FWS Division of International Conservation. The services will be used to facilitate communication during committee meetings. This is a Total Small Business Set-Aside procurement opportunity. For more information, contact Lee Riley at lee_riley@fws.gov or 404-679-4158.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Z--Replace Centennial Trail Boardwalk Phase I
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals from qualified small businesses for the replacement of the Centennial Trail Boardwalks at Bon Secour National Wildlife Refuge, designated as Phase I of the project. This procurement involves the removal and off-site disposal of existing boardwalk materials, including posts, and requires vegetation management to ensure the area is prepared for new installations. The project is critical for maintaining the integrity and accessibility of the trail, which serves both ecological and recreational purposes. Interested contractors must submit their proposals in accordance with the solicitation number 140FHR25R0007, with evaluations based on Technical Approach, Past Performance, and Capability, and the solicitation package will be available on SAM.gov starting June 4, 2025. For inquiries, contact JoAnn Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    BPA - Translation and Interpreting Service PSC R608
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Translation and Interpreting Services. This procurement aims to engage small businesses that can provide these essential services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The services are critical for effective communication and operational support within the Department of the Navy. Interested vendors must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    C--SURVEY AND DESIGN SERVICES
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide survey and design services for shoreline protection at the Brazoria National Wildlife Refuge in Texas. The project entails surveying and developing 30% design plans for a salt lake, adhering to the Performance Work Statement that will be released with the solicitation. This procurement is crucial for ensuring the ecological integrity and protection of the wildlife refuge, and it falls under the NAICS code 541310 for Architectural Services. Interested contractors must register in the System for Award Management (SAM) to participate, with the solicitation package expected to be available by June 11, 2025. For inquiries, contact JoAnn Mallory at joannmallory@fws.gov or call 404-679-7274.
    Amphibious Tracked Vehicle, Great Dismal Swamp NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of an Amphibious Tracked Vehicle for the Great Dismal Swamp National Wildlife Refuge in Virginia. This solicitation, identified as RFQ 140FS325R0004, is a total small business set-aside and aims to enhance wildlife management capabilities in challenging terrains by providing specialized equipment. The vehicle must meet specific requirements, including a robust aluminum body, a Tier 4 EPA-compliant diesel engine, and a hydraulic system for a rotary cutter, with a delivery date set for November 2, 2025. Interested contractors must submit their quotes, including all required documentation, by May 29, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov.
    HI MIDWAY ATOLL NWR VESSEL CHARTER
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide vessel charter services for transportation from Hawaii to Midway Atoll National Wildlife Refuge, through a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The selected contractor will be responsible for transporting personnel, supplies, and ensuring compliance with biosecurity measures to prevent the introduction of invasive species, while accommodating a minimum of 12 passengers and providing necessary amenities during transit. This procurement is crucial for supporting research and management activities within the ecologically sensitive Papahānaumokuākea Marine National Monument, with the contract performance period set from July 1, 2025, to June 30, 2030. Interested parties should submit proposals and inquiries to Robert Sung at robertsung@fws.gov, with a deadline for questions set three business days prior to the solicitation close.
    AFWFB/USFWS Vehicle and Upfit
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide a Fire Command Vehicle and Upfit, specifically designed for the agency's fire management operations. The procurement requires a 2025 Ford F-250 chassis, which will undergo extensive customizations to meet operational needs, including the installation of electrical systems for radios and emergency lighting, reinforced safety features, and adherence to specific environmental and safety standards. This vehicle is crucial for supporting wildlife operations in challenging environments, ensuring both functionality and safety during emergency responses. Quotations are due by 5:00 PM EDT on May 27, 2025, with delivery expected by June 4, 2026. Interested parties should direct inquiries and proposals to Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321.
    IN Patoka River NWR Forestry Mow - Monty's - Farm
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for forestry mowing services at the Patoka River National Wildlife Refuge, specifically at Monty’s Farm Unit 2. The project aims to remove invasive woody vegetation from farmland conservation buffers and levees, enhancing habitats for migratory birds and pollinators while ensuring safe access for farming operations. This initiative is part of ongoing habitat management efforts within a federal wildlife conservation framework, emphasizing ecological restoration and public engagement. Interested contractors must submit their proposals, including a completed SF 1449 form and relevant documentation, via email to Dana Arnold by May 22, 2025, with work scheduled to occur between August 1 and September 30, 2025.
    TX-SAN BERNARD NWR-TREE AND BUSH MULCHING
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide tree and bush mulching services at the San Bernard National Wildlife Refuge in Texas. The contract aims to mitigate wildfire risks by removing vegetation across 569.73 acres, with operations scheduled from September 1, 2025, to February 28, 2026. This project is crucial for enhancing public safety and conserving natural habitats, aligning with the agency's mission to protect natural resources. Interested bidders must submit their proposals by May 27, 2025, following a site visit on May 21, 2025, and can direct inquiries to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    Z--WA WILLARD NFH ROOF & QUARTERS 1&3 REPAIRS
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for roof and quarters repairs at the Willard National Fish Hatchery in Cook, Washington. The project involves significant structural repairs, including the inspection and replacement of damaged rafters and vertical beams, as well as the careful removal and reinstallation of siding and gutters. This opportunity is particularly aimed at small businesses, with a total small business set-aside designation, and requires interested contractors to demonstrate relevant experience through examples of similar projects completed in the last five years. Responses are due by May 23, 2025, and must include specific company details such as CAGE Code and business size; interested parties can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832 for further information.