99--CITIES Alligator and Furbearer Tags and Bar Codes
ID: 140F0S24R0020Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, OVER SAT G/SFalls Church, VA, 22041, USA

NAICS

Hardware Manufacturing (332510)

PSC

SIGNS, ADVERTISING DISPLAYS, AND IDENTIFICATION PLATES (9905)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking proposals for a Blanket Purchase Agreement (BPA) for CITES Alligator and Furbearer Tags and Bar Codes, with a contract period spanning five years from November 1, 2024, to October 31, 2029. The procurement includes the supply of various tags, including non-reusable alligator tags, furbearer tags, and bar-coded tags, which are essential for wildlife management and compliance with CITES regulations. This initiative is crucial for effective monitoring and regulation of wildlife populations, ensuring sustainable practices while adhering to federal procurement protocols. Interested small businesses must submit their quotes by September 13, 2024, and can contact Lauretha Randle at Lauretha_Randle@fws.gov or 612-713-5217 for further information; the total funding ceiling for this BPA is $1,500,000, with individual BPA Call limits set at $300,000.

    Point(s) of Contact
    Randle, Lauretha
    (612) 713-5217
    (612) 713-5151
    Lauretha_Randle@fws.gov
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service’s Statement of Work outlines the specifications for the production and delivery of tags for American alligators and furbearers, ensuring compliance with CITES regulations. Vendors are required to bid on three types of tags: non-reusable alligator tags, furbearer tags, and bar-coded tags. Tags must have specific characteristics, including tamper-resistant features, durability against harsh environmental conditions, and the ability to carry essential information such as state codes, years of harvest, and unique serial numbers. The document emphasizes the importance of material resistance to chemicals used in tanning processes, with preferred usage of nylon. Tags must adhere to strict measurements, breaking strength requirements, and color specifications that may change yearly. Vendors must ensure that they do not duplicate tags for unauthorized groups. The contract period is set for five years, with options for extensions. The overall aim is to maintain controlled and legal wildlife trade while protecting species at risk through proper identification practices.
    The document outlines a price list for various tags related to wildlife management over a five-year period. Key products include Alligator Tags (both excluding and including Louisiana), Furbearer Tags, and Bar Coded versions of both categories. The approximate quantities are consistent across each year, with localized variations for Louisiana. For example, the annual requirement includes 80,000 Alligator Tags specific to Louisiana and 600,000 Alligator Tags excluding Louisiana, alongside additional tags for furbearer management. The list indicates that some unit prices are to be determined (TBD), suggesting ongoing negotiations or assessments for cost. This file serves as part of a request for proposals (RFP) for government grants related to wildlife management and conservation efforts, aiming to ensure effective monitoring and regulation of wildlife populations while adhering to state-specific needs. The structured presentation of quantities over the years reflects a planned, systematic approach to resource allocation and procurement in wildlife management initiatives.
    The document presents a sample price list detailing various tags used for wildlife management, specifically alligator and furbearer tags, across a five-year span. For each year, it lists products such as basic alligator tags and bar-coded versions for tracking purposes. The pricing structure is consistent throughout, indicating that the same type of tags will be provided each year without any apparent variation in quantity or type. This price list likely forms part of a Request for Proposal (RFP) or federal grant application related to wildlife management or resource allocation by state and local governments. It is essential for organizations to understand pricing and product availability when responding to government solicitations, reinforcing the document's role in supporting effective wildlife management practices. The structured format not only provides clarity but also facilitates budget planning and compliance with regulatory requirements in wildlife tagging efforts.
    The document serves as an amendment related to the Request for Quote (RFQ) for a Blanket Purchase Agreement concerning CITES Alligator and Furbearer Tags. The period of performance for this agreement is designated from November 1, 2024, to October 31, 2029. The amendment specifies the methods for acknowledging receipt, which must be completed prior to the established deadline to avoid rejection of submitted offers. Key administrative changes include the modification of contract details and the need for contractors to adhere to the updated requirements within the amendment. Essential procedures outlined mandate that any changes to existing offers must be communicated effectively, referencing both the solicitation and amendment numbers. This document emphasizes compliance with established Federal Acquisition Regulation (FAR) procedures, aiming to facilitate clear communication and operational efficiency in the solicitation process, while maintaining the integrity of the contracting process.
    The document outlines a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service for a Blanket Purchase Agreement (BPA) concerning CITES Alligator and Furbearer Tags and Bar Codes. This initiative is set to span five years, from November 1, 2024, to October 31, 2029, with a ceiling of $1,500,000 and individual BPA Call limits not exceeding $300,000. It is designated as a small business set-aside, emphasizing federal requirements under the Small Business Administration's standards. Interested bidders must register on the System for Award Management (SAM) and submit their quotes by September 13, 2024. Technical Capability Statements and price quotes are essential, with award criteria focusing on meeting technical requirements and the lowest price acceptable. The contract requires compliance with multiple clauses and certifications, ensuring ethical standards and performance evaluations through the Contractor Performance Assessment Reporting System (CPARS). Overall, this RFQ serves to establish a purchasing agreement for necessary wildlife tagging components, reinforcing regulatory compliance and sustainable wildlife management practices aligned with federal procurement protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--Invasive and Woody Vegetation Herbicide Treatment
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a federal contract focused on invasive and woody vegetation herbicide treatment at two wildlife refuges in Michigan. The project involves aerial herbicide treatment across 1,800 acres at Shiawassee National Wildlife Refuge and 18 acres at Detroit River International Wildlife Refuge, utilizing aquatic-approved glyphosate and crop oil to manage vegetation and support habitat restoration efforts. This contract, identified as Request for Proposal (RFP) Number 140F0S24R0022, is set aside for small businesses, with a performance period from September 23, 2024, to September 22, 2025. Interested bidders must submit their quotations by September 17, 2024, at 1:00 PM Central Time, and can contact Lauretha Randle at LaurethaRandle@fws.gov or by phone at 612-713-5217 for further information.
    USDA USFS Region 9 Timber Mark & Cruise BPA (Year 2 of 5)
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for timber marking and volume estimation/cruising services on the Ottawa and Chequamegon-Nicolet National Forests in Wisconsin and Michigan. This opportunity, which constitutes Year 2 of a 5-year agreement, requires contractors to provide comprehensive services including layout, marking, and estimation of timber sales, with a focus on sustainable practices and compliance with federal regulations. The BPA is crucial for effective forest management, ensuring accurate timber assessments and promoting responsible resource utilization. Interested contractors must submit proposals by September 30, 2024, and can direct inquiries to Darren Zychek at darren.zychek@usda.gov, with total orders not exceeding $2 million over the contract duration.
    LA-SELA REFUGES-BOGUE CHITTO FENCE
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the installation of approximately 211 feet of chain-link fencing at the Bogue Chitto National Wildlife Refuge in Louisiana. The project entails constructing a five-foot tall fence, including the installation of two double swing gates and one handicap-accessible walkthrough gate, with a performance period from October 1, 2024, to January 31, 2025. This initiative is crucial for maintaining secure areas within the Refuge while ensuring necessary access, thereby supporting the overall mission of wildlife conservation. Interested contractors must comply with specific requirements, including performance and payment bonds, adherence to Davis-Bacon wage rates, and environmental regulations, with proposals due by the specified deadline. For further inquiries, contact Sanford Carson at sanfordcarson@fws.gov.
    56--AR-WAPANOCCA NWR-CULVERTS
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the delivery of four aluminum culverts to the Wapanocca National Wildlife Refuge in Turrell, Arkansas. The procurement requires specific culvert specifications, including a length of 30 feet, a diameter of 48 inches, and a 12-gauge thickness, along with additional components such as connecting bands. This initiative is crucial for maintaining infrastructure within the wildlife refuge, ensuring compliance with environmental standards and operational needs. Interested small businesses must submit their quotations by August 29, 2024, and can direct inquiries to Contracting Specialist Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349. The performance period for the contract is set from September 5, 2024, to July 31, 2025.
    Formalin for Dworshak NFH
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of formalin to treat adult Chinook salmon and steelhead trout at the Dworshak National Fish Hatchery (DNFH) in Orofino, Idaho. The contract requires the delivery of seven totes, each containing 275 gallons of formalin with specific chemical concentrations, by September 15, 2024, to ensure effective treatment for parasites affecting the fish. This procurement is crucial for maintaining the health of salmonid populations and supports the hatchery's operational needs. Interested small businesses must submit their quotes by September 18, 2024, and can contact Justine Coleman at justinepasiecnik@fws.gov or 413-253-8287 for further information.
    Z--GAOA - Show Pool Shelters Replacement and Site Res
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the Show Pool Shelter and site restoration at the Seney National Wildlife Refuge in Michigan. This project, designated under Solicitation Number 140FGA24Q0024, requires small businesses to provide comprehensive proposals that include costs for materials, labor, and supervision, with a focus on environmentally responsible practices and compliance with federal regulations. The successful contractor will undertake the demolition of the existing shelter, construction of a new facility, and restoration of the surrounding area, with a performance period extending from October 3, 2024, to April 1, 2025. Proposals are due by September 19, 2024, and interested parties should direct inquiries to Samantha Lague at samanthalague@fws.gov or call 413-253-8349.
    Amphibious ATV for Cache River Arkansas
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the procurement of an amphibious all-terrain vehicle (ATV) to be delivered to the Cache River National Wildlife Refuge in Augusta, Arkansas. The contract requires the delivery of an ARGO Frontier 700 8x8 or an equivalent model, with specific performance specifications including a VX 700 engine, hydraulic brakes, and a load capacity of 840 pounds on land and 740 pounds on water. This procurement is crucial for enhancing operational capabilities within the refuge, ensuring effective management of wildlife and habitat. Interested vendors must submit their proposals, including a completed past performance survey, by the specified deadlines, with the contract period set from October 1, 2024, to May 30, 2025. For further inquiries, potential contractors can contact Jeremy Tyler at jeremytyler@fws.gov or by phone at 413-253-8662.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    Notice of Intent to Sole Source: Wildlife GPS collars & Transmitters
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking to sole-source procure 80 wildlife GPS collars and 30 vaginal implant transmitters from Advanced Telemetry Systems Inc. This specialized equipment is essential for tracking white-tailed deer, wild pigs, and coyotes, featuring advanced capabilities such as satellite communication, user-commandable release mechanisms, and sensors for monitoring birthing. The total estimated value of this procurement is $150,000, with responses due by September 16, 2024. Interested vendors may express their capability to meet the specifications, although this notice is not a request for competitive quotes, and responses will be used solely to determine if competitive procurement is warranted. For further inquiries, contact Julie Nawrozzada at juricka.nawrozzada@usda.gov.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, which measure approximately 54' x 110', and must adhere to specific engineering standards, including snow and wind load requirements. This initiative is part of the federal government's commitment to enhancing infrastructure for fish stocking programs and recreational fishing, with an estimated project cost between $25,000 and $100,000. Interested contractors must submit their proposals by September 19, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov or by phone at 571-547-3470.