WI-IRON RIVER NFH - ICE PURCHASE
ID: 140FS225Q0067Type: Solicitation
Overview

Buyer

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

NAICS

Ice Manufacturing (312113)

PSC

CHEMICALS (6810)

Set Aside

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

    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 dana_arnold@fws.gov or 703-468-8289 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Iron River National Fish Hatchery seeks a contractor to supply 45,360 pounds of chlorine-free ice for transporting lake and brook trout from April to June. The request includes one quote covering the cost of ice, shipping, and related fees. The ice must be delivered in a climate-controlled manner without melting, and the cubes should not be frozen together. The hatchery has specific delivery expectations, requiring 18 pallets by April 28, 2025, with additional pallets delivered in increments of nine, depending on need, with turnaround times potentially as short as five days. The supplier must ensure pallets are accessible by forklift, with the hatchery providing the equipment and operator. This request reflects the hatchery's operational needs to maintain fish viability during transportation.
    The document is a Request for Quotation (RFQ) for the purchase of 45,360 pounds of chlorine-free ice for the Fish and Wildlife Service (FWS). Submissions are due by March 3, 2025. The acquisition is set as a firm-fixed-price, focused on meeting specific technical requirements outlined in the provided specifications. Offerors must detail their technical capabilities along with past performance records through the Contractor Performance Assessment Reporting System (CPARS). The evaluation will prioritize ability to meet specifications and past performance over price submissions. Provisions require interested parties to submit identification, including the Unique Entity Identifier (UEI), and confirm compliance with certain federal standards, particularly concerning telecommunications and labor regulations. The RFQ outlines specific representations and certifications required from offerors, including information pertaining to any potential affiliations, tax considerations, and compliance with acquisition regulations. These details facilitate the selection process to ensure the contractor meets government standards and can deliver on technical specifications within the required timeframe.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    V--WI-GREEN BAY FWCO- TRAILER MOVING SERVICES
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting proposals for trailer moving services to facilitate the transportation of fish tagging trailers across multiple states. This contract, designated as a Total Small Business Set-Aside, requires the contractor to safely and efficiently transport five fish trailers from February 27, 2025, to December 31, 2025, ensuring compliance with federal regulations and maintaining communication with FWS staff throughout the process. The initiative is crucial for supporting aquatic resource management and enhancing operational efficiencies at various hatcheries, with a total of 6,854 jobs associated with this relocation effort. Interested vendors must submit their proposals by February 21, 2025, and can direct inquiries to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    J--MN FWS ARD FSHRS Fish Distribution Truck Repair BP
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking to establish a Blanket Purchase Agreement (BPA) for the repair of large diesel trucks used in fish distribution efforts across three National Fish Hatcheries in Michigan and Wisconsin. The BPA, valued at up to $250,000, will cover a five-year period from April 1, 2025, to March 30, 2030, and aims to ensure the operational readiness of the fleet by providing necessary diagnostics and repair services. This initiative is crucial for maintaining transportation resources essential for wildlife conservation and restoration efforts in the Great Lakes region. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    Bagged Ice for TradeWinds 25
    Buyer not available
    The Department of Defense, specifically the Army's 410th Contracting Support Brigade, is preparing to issue a Request for Quote (RFQ) for the delivery of 65,100 pounds of bagged ice to Teteron Barracks and TTDF Reserves Center in Trinidad and Tobago, scheduled for April 9 to May 5, 2025. Vendors are required to source the ice from approved suppliers, ensuring compliance with military food safety standards, and must be registered with SAM.gov to receive notifications regarding the solicitation, which is anticipated to be issued on February 25, 2025, with responses due by March 11, 2025. This procurement is crucial for supporting military operations in the region, and contractors must also obtain any necessary permits to operate in Trinidad and Tobago while adhering to local laws. For further inquiries, interested parties can contact SSG Paul Adamo at paul.m.adamo.mil@army.mil or 520-944-7470, or Kevin Carter at kevin.l.carter.civ@army.mil.
    B6 HATCHERY TANKS AND FILTERS
    Buyer not available
    The Bureau of Reclamation, under the Department of the Interior, is soliciting proposals for the procurement of six 600-gallon fiberglass tanks designed for larval use, as outlined in RFQ No. 140R3025Q0021. The tanks must meet specific technical specifications and be delivered within 30 days of contract award, with a focus on compliance with federal regulations and the inclusion of small businesses, particularly those classified under NAICS Code 326199. This procurement is crucial for supporting commercial fishing operations and environmental conservation efforts. Interested vendors must submit their quotes electronically via SAM.gov by February 28, 2025, and direct any inquiries to Nicholas Clements at nclements@usbr.gov or by phone at 702-293-8156.
    Section 32 Pollock Products for use in Domestic Food Assistance Programs.
    Buyer not available
    The U.S. Department of Agriculture (USDA) is soliciting bids for the procurement of 1,648,000 lbs of frozen Pollock fillets to support Domestic Food Assistance Programs. The delivery of these products is required at multiple locations across the United States between April 16 and June 30, 2025, with a probationary period for new contractors limiting initial awards to 10 truckloads per product until specific delivery criteria are met. This procurement is crucial for ensuring the availability of essential food products for domestic distribution while adhering to federal regulations and promoting equitable contracting practices. Bids must be submitted electronically via the Web-Based Supply Chain Management System (WBSCM) by February 27, 2025, and interested parties can contact Carrie Meyers at carrie.meyers@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
    F--AZ ALCHESAY NFH Removal of used motor oil
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals from qualified small businesses for the removal of approximately 1,000 gallons of used motor oil from the Alchesay and Williams Creek National Fish Hatchery Complex in Arizona. The project involves the proper disposal of used motor oil stored at two locations: Alchesay NFH in Whiteriver, Arizona, with about 600 gallons, and Williams Creek NFH in McNary, Arizona, containing approximately 400 gallons, in compliance with federal, state, and local regulations. This initiative is crucial for ensuring environmental compliance and responsible waste management within federal facilities. Interested contractors must submit their quotations by February 26, 2025, via email to the designated contracting officer, Jeremy Riva, at jeremyriva@fws.gov, with the performance period set from March 3 to May 1, 2025.
    Section 32 Pollock Products for use in Domestic Food Assistance Programs
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service, is soliciting bids for the provision of frozen Alaska Pollock products to support domestic food assistance programs. This procurement aims to secure multiple deliveries of Alaska Pollock fillets between April 16, 2025, and June 30, 2025, with a focus on ensuring compliance with federal regulations and reliable delivery performance. The solicitation includes specific requirements for bidders, such as electronic submission of offers and adherence to a probationary period for new contractors, which limits initial orders to 10 truckloads. Interested parties must submit their bids by February 27, 2025, and can contact Adele L. Jackson Croal at adele.l.croal@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
    Water Softener Salt and Delivery
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for the supply and delivery of water softener salt to the Red Lake Hospital in Minnesota. The contract requires the contractor to deliver approximately 1,730 pounds of water softener salt every two weeks, totaling an estimated 47,000 pounds per year, with a firm-fixed price structure and set aside for small businesses. This procurement is essential for maintaining the hospital's water quality and operational efficiency, adhering to safety and environmental standards. Interested parties must submit their proposals by February 28, 2025, and can direct inquiries to Christopher Millard at Christopher.Millard@ihs.gov or call 218-444-0511.
    MI-PENDILLS CRK NFH-SAND TRAP REHAB
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the rehabilitation of a sand trap at the Pendills Creek National Fish Hatchery in Brimley, Michigan. The project aims to expand the existing sand trap from 8 feet to 20 feet wide to enhance sediment management from Videon’s Creek, requiring contractors to perform excavation, site clearing, and construction of retaining walls while adhering to safety and environmental regulations. This initiative is crucial for improving fishery resources and maintaining operational integrity at the hatchery. Interested small businesses must submit their quotations by the specified deadline, with the project scheduled for completion between May 10, 2025, and June 15, 2025, and an estimated contract value between $25,000 and $100,000. For further inquiries, contact Jeanne Mohlis at JeanneMohlis@fws.gov or call 612-713-5215.
    MO NEOSHO NFH HVAC REPLACEMENT
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the HVAC replacement project at the Neosho National Fish Hatchery in Missouri. The project entails the demolition of existing heating and cooling systems and the installation of a new natural gas furnace and air conditioning unit, with a performance period from March 24, 2025, to June 3, 2025. This initiative is crucial for enhancing the infrastructure of the hatchery, ensuring compliance with federal and state regulations, and promoting environmental sustainability. Interested contractors must attend a mandatory site visit on February 27, 2025, and submit their proposals electronically, adhering to the specified guidelines, including compliance with the Buy American Act and Davis-Bacon Wage Rates. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.