B--NOTICE OF INTENT TO SOLE SOURCE
ID: 140FS324Q0219Type: Special Notice
Overview

Buyer

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

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SPECIAL STUDIES/ANALYSIS- ENDANGERED SPECIES: PLANT/ANIMAL (B509)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source firm fixed price order to The University of Alabama in Huntsville (UAH) for the continuation of a Biosurvey Study and eDNA efforts initiated in 2019. This project aims to enhance the understanding of subterranean biodiversity in Key Cave and its vicinity, focusing on identifying rare, threatened, and endangered species, including the Alabama Cavefish and Tuscumbia Cave Shrimp, through genetic analysis and resampling methodologies. The work is critical for the protection and conservation of these imperiled species, as UAH holds exclusive rights to the previously collected genetic data, ensuring consistency and continuity in the research. Interested parties may contact Chantal Bashizi at chantal_bashizi@fws.gov or call 703-358-1854 for further information, although this notice is not a request for competitive proposals.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    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, measuring approximately 54' x 110', with specific engineering requirements for snow and wind loads. This initiative aims to enhance the facility's operational capacity and support fish stocking programs, reflecting the government's commitment to environmental conservation. Interested contractors must submit proposals by September 26, 2024, and are encouraged to attend a site visit on September 9, 2024; inquiries can be directed to Nicole Johnson at nicolecjohnson@fws.gov.
    OR-WATER RB-WATER RIGHTS IMPROVEMENT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the "OR-WATER RB-WATER RIGHTS IMPROVEMENT" project, aimed at enhancing water rights at the Leavenworth National Fish Hatchery. This Request for Quotation (RFQ) seeks small businesses to assist in obtaining necessary water rights permits and implementing improvements to ensure sustainable water use for fish propagation. The project is critical for habitat conservation, as it involves preparing and processing water right change applications while adhering to state and federal environmental regulations. Interested vendors must submit their quotes by September 25, 2024, with a performance period of 15 months post-award, and can direct inquiries to Oscar Orozco at oscarorozco@fws.gov.
    C--BOSQUE DEL APACHE NWR A&E DESIGN
    Active
    Interior, Department Of The
    The United States Fish and Wildlife Service (USFWS) is seeking qualified architect-engineer firms to provide professional services for the design and preparation of construction plans and specifications for the renovation and modernization of the Headquarters, Visitor Center, and Maintenance Facilities at the Bosque del Apache National Wildlife Refuge in New Mexico. The project, estimated at $16.6 million, aims to consolidate and improve infrastructure through demolition, reconstruction, and renovation, with a focus on achieving LEED Silver certification and incorporating sustainable practices. Interested firms must register with the System for Award Management (SAM) and submit their qualifications using the Standard Form (SF) 330 by September 25, 2024, with the selection process emphasizing professional qualifications, specialized experience, and local knowledge. For further inquiries, potential offerors can contact Ian Young at ianayoung@fws.gov or by phone at 612-713-5214.
    F--MT-CHARLES M RUSSELL-AERIAL HERBICIDE TR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service intends to award a sole source contract to AV8-Orr Helicopter Services Inc for aerial herbicide application services targeting Japanese brome infestations in sagebrush rangelands at the Charles M Russell National Wildlife Refuge and UL Bend National Wildlife Refuge. The contract aims to utilize AV8-Orr's local expertise and proven capability in precise herbicide application, which is critical for managing invasive species in these sensitive habitats. Interested parties who believe they can fulfill the requirements are invited to submit a statement of capabilities to Lydia Patrick at lydiapatrick@fws.gov, with no reimbursement for costs incurred in response to this notice. The NAICS code for this opportunity is 115112, with a small business size standard of $9.5 million.
    Construction Services - Fish River and Weeks Bay Marsh Restoration
    Active
    Commerce, Department Of
    Presolicitation Notice: Construction Services - Fish River and Weeks Bay Marsh Restoration The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is planning to solicit and award a contract for the construction of the Fish River and Weeks Bay Marsh Restoration project. This project is located in Baldwin County, Alabama on Fish River at the Weeks Bay National Estuarine Research Reserve property north of US Highway 98. The Fish River and Weeks Bay Marsh Restoration project is an environmental restoration project that aims to degrade borrow areas and place material within previously dredged canals. The material used for filling the canals will be obtained from within the project construction site. The project consists of three main components: Base Bid-Fill Areas 1&2: This includes on-site excavation and placement of approximately 16,947 cubic yards of clayey-sand fill within two of the previously dredged canals. Other work includes mobilization/demobilization, surveying, clearing and grubbing, debris removal and disposal off-site, erosion and turbidity control measures, and special construction signage. Bid Alternative Number 1-Fill Area 3: This involves on-site excavation and placement of approximately 1,003 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes mobilization/demobilization, surveying, clearing and grubbing, canal fill, and erosion and turbidity control measures. Bid Alternative Number 2-Fill Area 2 Expansion Area: This includes on-site excavation and placement of approximately 1,580 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes surveying, canal fill, and erosion and turbidity control measures. The estimated period of performance for the completion of the project is 140 calendar days for the Base Bid-Fill Areas 1&2, with an additional 30 calendar days for Bid Alternative Number 1-Fill Area 3 if exercised, and an additional 10 calendar days for Bid Alternative Number 2-Fill Area 2 Expansion Area if exercised. To be eligible for award, the resultant solicitation will require the Offeror to provide documentation proving residency, headquarters, or principal engagement as a business in the State of Alabama or a Gulf Coast state. The Offeror must also certify that at least twenty percent (20%) of the total labor costs under the contract will be performed by its own employees. Additionally, a list of proposed equipment to be used on the project must be provided, and the awardee will be required to perform with the same or technically equivalent equipment post-award. The anticipated solicitation issuance date is on or about April 5, 2024, with the estimated proposal due date on or about May 6, 2024. The official solicitation number 1305M324B0001 will be issued under SAM.gov. For more information, please contact Grace Parker at grace.parker@noaa.gov or Nick Brown at nicholas.g.brown@noaa.gov.
    R--Intent to Sole Source-UT Museum of Natural History
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM), Utah State Office, intends to award a sole-source purchase order to the University of Utah, Natural History Museum of Utah, for a total estimated value of $250,000 over five years. The procurement aims to secure services for housing, stabilizing, rehabilitating, preserving, and managing archaeological materials and associated records generated from BLM activities related to the Operation Cerberus Action case. The selected museum is an approved repository that complies with federal regulations for curation, ensuring proper management of federally-owned archaeological collections. Interested parties who believe they can meet the requirements are invited to submit their qualifications by September 25, 2024, at 11:00 AM MT, with inquiries directed to Temujene Makua at tmakua@blm.gov.
    56--AR - NORFORK HATCHERY COLUMN AERATION UNITS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is conducting a Sources Sought Notice for the procurement of oxygenation equipment and aluminum packed columns for the Norfork National Fish Hatchery in Mountain Home, Arkansas. The anticipated contract will involve supplying vertical column aeration units, stands, and fill material, specifically designed to remove volatile organic compounds (VOCs) from water through air stripping processes. This equipment is crucial for maintaining water quality in aquaculture environments, ensuring the health and sustainability of fish populations. Interested businesses are invited to respond by providing their Unique Entity Identifier (UEI), relevant NAICS codes, and documentation of past projects similar to the requirements outlined, with responses due by September 8, 2024, at 5:00 PM ET. For further inquiries, contact Tina Baker at tinabaker@fws.gov.
    R--Coleman Modernization Alternatives Scoping Report
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking qualified businesses to conduct an in-depth review and develop a scoping report for the modernization of the Coleman National Fish Hatchery (CNFH). The objective is to evaluate the hatchery's infrastructure and propose viable alternatives that enhance aquaculture production while ensuring environmental sustainability and compliance with regulations, particularly in the context of climate change and watershed management. This initiative is crucial for supporting threatened and endangered salmonid populations in the Battle Creek watershed, as CNFH is the largest fish hatchery in the continental U.S. Interested vendors must submit their responses by October 4, 2024, at 10:00 AM PDT, including business size, contact information, capabilities statements, and relevant documentation to Mouang Phan at mphan@usbr.gov. The project has an estimated funding amount of $19 million and is classified under NAICS Code 541690 for Other Scientific and Technical Consulting Services.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following damage from Hurricane Fiona in 2022. The project requires comprehensive construction services, including mold detection, repairs to exterior and interior walls, storm shutter restoration, and the replacement of a propane tank storage structure, with a project magnitude estimated between $250,000 and $500,000. This rehabilitation is crucial for maintaining the integrity of infrastructure within the wildlife refuge, ensuring compliance with federal environmental and safety standards. Interested contractors must submit their proposals electronically by October 15, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further details.