F--AZ ALCHESAY NFH Removal of used motor oil
ID: 140FS225Q0052Type: Solicitation
Overview

Buyer

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

NAICS

Other Waste Collection (562119)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

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

    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 jeremy_riva@fws.gov, with the performance period set from March 3 to May 1, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to Amendment 0001 of solicitation 140FS225Q0052 regarding the removal of used motor oil from the Alchesay and Williams Creek National Fish Hatchery complexes in Virginia. The amendment answers contractor questions and extends the solicitation closing date to February 26, 2025. Key details include the quantity of oil stored—five 55-gallon drums and six 5-gallon buckets at Alchesay NFH, and four 55-gallon drums at Williams Creek NFH. The used oil resulted from vehicle maintenance, and all containers must remain on-site after pumping. The oil is reportedly uncontaminated. Quotes and inquiries must be submitted via email to the contracting officer, with a performance period set from March 3 to May 1, 2025. This amendment reflects an ongoing effort to manage environmental waste responsibly while ensuring that potential contractors are informed about operational specifics and expectations.
    The document outlines a Request for Quotation (RFQ) for the removal of used motor oil at the Alchesay and Williams Creek National Fish Hatchery Complex in Arizona. It specifies that the solicitation is a total small business set-aside, meaning only small businesses can submit proposals. The submission due date is February 10, 2025, and interested parties must adhere to the guidelines provided, including submitting their quotations via email to the designated contracting officer. The scope of work includes details on the removal process, set delivery dates, and requirements for compliance with various federal regulations. The contract is firm-fixed price and emphasizes an evaluation based not just on cost but on the ability to meet operational requirements, quality of service, and past performance. Additionally, the document specifies the use of the Invoice Processing Platform (IPP) for payment submissions and incorporates multiple clauses from the Federal Acquisition Regulation (FAR) that detail the conditions for contract performance. The wage determination for the region is referenced, highlighting the requirement for compliance with labor standards. Overall, the RFQ aims to establish a clear and competitive procurement process for environmental services while ensuring adherence to regulatory and safety standards.
    The Alchesay and Williams Creek National Fish Hatchery Complex requires the removal of approximately 1,000 gallons of used motor oil stored onsite. The project scope includes the removal and proper disposal of this oil in accordance with federal, state, and local regulations. The work will occur at two locations: Alchesay NFH in Whiteriver, Arizona, housing an estimated 600 gallons, and Williams Creek NFH in McNary, Arizona, with about 400 gallons. The contractor must perform the removal during normal business hours, provide documentation of legal waste disposal for record-keeping, and complete the task as soon as feasible. This initiative underscores the government's commitment to environmental compliance and proper waste management within federal facilities.
    The government file discusses various aspects of federal and state/local Requests for Proposals (RFPs) and grants. It outlines the requirements and processes involved in applying for funding, highlighting eligibility criteria, application procedures, and evaluation metrics. The overarching aim of these proposals is to foster partnerships with organizations that can effectively address community needs or advance specific government initiatives. Key points include the importance of adhering to submission guidelines, demonstrating program feasibility, and aligning proposals with federal priorities, such as public health, infrastructure development, and environmental sustainability. The document emphasizes the necessity for clear project goals, measurable outcomes, and sustainability plans. Additionally, it addresses compliance with local regulations and the importance of financial transparency, requiring applicants to provide detailed budgets and justifications for expenses. The file serves as a resource for potential applicants, ensuring they understand the landscape of available funding opportunities and the standards expected by governmental entities. In essence, the document is a guide for organizations seeking funding through formal proposals, aimed at driving effective project execution in alignment with governmental objectives.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    WI-IRON RIVER NFH - ICE PURCHASE
    Buyer not available
    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 danaarnold@fws.gov or 703-468-8289 for further information.
    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.
    Z--CHIRICHAHUA NATIONAL MONUMENT (CHIR) requires the
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the fuel island and tanks at Chiricahua National Monument in Arizona. The project requires contractors to provide all necessary labor, materials, and equipment, with a focus on installing a dual-side dispenser for gas and diesel, while utilizing existing concrete pads. This initiative is crucial for maintaining the infrastructure of the monument, ensuring compliance with federal regulations regarding labor standards, safety, and environmental protocols. Interested contractors must attend a mandatory site visit on February 20, 2025, and submit their quotes by March 7, 2025, with work expected to commence shortly after award notification and conclude by June 10, 2025. For further inquiries, potential bidders can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    Used Motor Oil
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is inviting bids for the procurement of used motor oil through a solicitation process managed by the Letterkenny Army Depot. This opportunity encompasses a one-year contract with the option for three additional renewal years, aimed at promoting responsible recycling practices and sustainability initiatives. Bidders are required to comply with specific insurance and licensing requirements, ensure timely payment and removal of the product, and adhere to local laws for site access. Interested parties must submit their bids by March 10, 2025, with the award date anticipated for March 12, 2025. For further inquiries, bidders can contact Earl Veney at earl.j.veney.naf@army.mil or call 717-267-5170.
    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.
    Castrol Oil Supply
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking proposals for the supply of Castrol Optigear 1100/220 oil, which is essential for the lubrication of high-pressure cylinder-gate hoist mechanisms at Hoover Dam. The procurement requires the delivery of a total of 25 drums of oil, with the first shipment of six drums due by February 28, 2025, and a subsequent delivery of 19 drums by October 31, 2025. This specialized lubricant is critical for maintaining operational reliability and compliance with maintenance standards at the facility, ensuring the prevention of contamination and operational failures. Interested vendors must submit their quotes by February 24, 2025, at 4:00 PM, and can direct inquiries to Noah Maye at nmaye@usbr.gov or by phone at 702-293-8095.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    Z--LEVEE SYPHONS CLEANING AT FWS BAYOU SAUVAGE NWR
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the cleaning of eight 18-inch syphons located in the Maxent Levee North at the Bayou Sauvage National Wildlife Refuge in Lacombe, Louisiana. Contractors are required to provide all necessary labor, materials, and equipment to achieve a minimum of 95% blockage removal from the syphons, which includes clearing debris, roots, and soil deposits, as well as vegetation around syphon entries and exits. This project is crucial for maintaining the ecological integrity of the refuge and supporting wildlife habitat management efforts. Interested small businesses must submit their proposals by February 10, 2025, and can contact Chantal Bashizi at chantalbashizi@fws.gov or 703-358-1854 for further information.
    MN-FWS ARD-FSHRS-BPA SET UP-REPAIR SRVC
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for the repair and maintenance of small watercraft, motors, and trailers, specifically for the Alpena Fish and Wildlife Conservation Office in Gibraltar, Michigan. The procurement aims to cover a range of services including preventative maintenance, metal fabrication, and repairs for Mercury and Suzuki motors, as well as trailer maintenance and towing services. This initiative is crucial for ensuring the operational efficiency of the USFWS's fleet, which supports wildlife conservation efforts. Interested vendors must submit detailed quotations, including pricing lists and relevant certifications, with a total obligation capped at $250,000 over a five-year period. For further inquiries, vendors can contact Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    UT-JONES HOLE NFH- DEGASSING PUMP REPLACEMENT
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the replacement of two degassing pumps at the Jones Hole National Fish Hatchery in Vernal, Utah. The project requires the contractor to supply two Folsom 5 horsepower Simflo pumps, adhering to specific technical specifications and regulations, with a completion deadline set for April 1, 2025. This procurement is crucial for maintaining the health of fish populations and ensuring the hatchery's operational efficiency. Interested small businesses must submit their quotes, including technical proposals and past performance references, by March 3, 2025, with further inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.