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
    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.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    N--OK-TISHOMINGO NFH-POND LINERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project involves the removal of existing liners from Ponds 4 and 14, reshaping the pond bottoms, and installing new underdrain systems along with geotextile fabric and geomembrane pond lining, all aimed at enhancing ecological conditions at the hatchery. This procurement is critical for maintaining the operational integrity of the hatchery and supporting wildlife management efforts, with an estimated project cost between $250,000 and $500,000 and a performance timeline of 90 calendar days. Interested contractors must submit sealed bids electronically by 5:00 PM local time on September 25, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further information.
    WA-WILLAPA NWR-AERIAL HERBICIDE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from small businesses for an aerial herbicide application project aimed at controlling invasive plant species at Leadbetter Point within the Willapa National Wildlife Refuge in Washington. The project involves treating approximately 130 acres of land dominated by non-native plants, specifically Scotch broom, gorse, and Ammophila beachgrass, as part of a broader habitat restoration initiative to support native species such as the streaked horned lark and snowy plover. Contractors will be responsible for providing the necessary equipment and labor for herbicide application, while the USFWS will supply the herbicides and oversee project coordination. Quotations are due by September 23, 2024, and interested parties must be registered as active vendors in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    F--Off-range Corral Support Services (ORC)Eastern States
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking vendors to provide Off-Range Corral Support Services (ORC) for the Wild Horse & Burro Program (WHBP) in the Eastern States. The required services include the feeding, care, and maintenance of wild horses and burros, with facilities capable of accommodating between 120 and 400 animals annually, alongside necessary infrastructure such as fenced corrals and regular maintenance. This initiative underscores BLM's commitment to the welfare of wild horses and burros while promoting engagement with small businesses, with a prospective solicitation anticipated to be a firm-fixed priced Indefinite Delivery, Indefinite Quantity (IDIQ) contract with multiple awards. Interested vendors must submit their capabilities, size status, and relevant certifications by September 23, 2024, to Brian Peck at bpeck@blm.gov.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and debris to facilitate construction. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is estimated to be valued between $100,000 and $250,000, with a performance period expected to commence in June 2025 and conclude by September 2025. Interested contractors can direct inquiries to Alisha Knaub at alisha.knaub@usda.gov or by phone at 406-438-2981.
    Upland Raptor Survey San Juan National Forest
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Upland Raptor Survey project within the Dolores Ranger District of the San Juan National Forest in Colorado. The objective of this procurement is to conduct Broadcast Acoustical Surveys to identify forest raptor species and their nests across approximately 1,927 acres, adhering to established monitoring protocols and quality control measures. This project is crucial for wildlife management and conservation efforts, ensuring the protection of raptor populations and their habitats in national forests. Interested small businesses must submit their proposals by September 26, 2024, with the contract expected to run from September 30, 2024, to August 31, 2025. For further inquiries, potential bidders can contact Paula Sales at paula.sales@usda.gov or Isabel Wimbish at isabel.wimbish@usda.gov.
    7A--ISAB043 MOUSEFLOW STARTER ANNUAL SUBSCRIPTION
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS), part of the Department of the Interior, is seeking quotes for the annual subscription of the ISAB043 MouseFlow Starter software, which is essential for monitoring user interactions on the LANDFIRE project website. This procurement aims to enhance data-driven decision-making and operational efficiency by providing advanced web analytics, including features such as heat maps and interaction flows, while ensuring compliance with federal security standards. The contract is classified as a micropurchase under NAICS code 513210, with an anticipated award date of September 20, 2024, and quotes are due by September 19, 2024, at 08:00 AM EDT. Interested vendors should submit their quotations via email to Jean Walsh at jwalsh@usgs.gov.