7A--NOTICE OF INTENT TO AWARD A SOLE SOURCE
ID: DOIFFBO250054Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT GOODSFalls Church, VA, 22041, USA

NAICS

All Other Publishers (513199)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) is planning to award a sole source contract for the Enerdeq web platform, provided exclusively by S&P Global, to facilitate access to essential oil and gas data for managing its refuges. This procurement is critical as it allows FWS to efficiently compile and utilize standardized data, which would otherwise be costly and time-consuming to gather independently. Since 2014, FWS has relied on this annual subscription, valued at approximately $45,000, to support its conservation efforts through reliable data management. Interested parties can reach out to John Skogen at Jack_Skogen@fws.gov or call 612-713-5210 for further inquiries regarding this opportunity.

    Point(s) of Contact
    Skogen, John
    (612) 713-5210
    (303) 236-4791
    Jack_Skogen@fws.gov
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (FWS) is seeking a sole source acquisition for the Enerdeq web platform, provided by S&P Global, to access standardized oil and gas data crucial for managing its refuges. S&P Global is the exclusive provider of this platform, which compiles data from multiple sources into a usable format, a process that would be inefficient and costly for FWS to perform independently. The justification highlights that alternative providers, such as Carahsoft, offer more expensive options without access to the Enerdeq system. Since 2014, FWS has relied on this annual subscription, which now has an estimated value of approximately $45,000. The document includes certifications from both the Program/Project Officer and the Contracting Officer, asserting the accuracy and necessity of this sole source procurement in compliance with federal regulations under the Simplified Acquisition Threshold (SAT). This acquisition emphasizes FWS's need for reliable and updated data management, which supports its conservation efforts efficiently.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    WY-NATIONAL ELK REFUGE-BULK FUEL 5 YEAR BPA SET-UP
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for the supply and delivery of bulk fuel to the National Elk Refuge in Jackson, Wyoming. The procurement requires the delivery of three types of fuel: unleaded fuel with 10% ethanol, clear diesel, and dyed diesel, which will be stored in designated 1,000-gallon tanks at specified locations. This initiative is crucial for ensuring reliable fuel supplies for operational activities at the refuge, with deliveries expected to occur within 48 hours of notice during business hours. Interested suppliers must submit their quotes on company letterhead by March 18, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further information.
    91--CO-NATL BLCK-FTD FERRET-PROPANE 5-YEAR BPA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for propane delivery services at the National Black-footed Ferret Conservation Center, with the contract period running from March 17, 2025, to March 16, 2030. The procurement aims to ensure consistent propane supply for heating facilities that house and care for endangered black-footed ferrets, particularly during colder months, thereby supporting conservation efforts. Interested vendors must demonstrate technical capability, past performance, and compliance with federal regulations, including labor standards and business ownership representations. Proposals are due by March 12, 2025, and should be submitted via email to Dana Arnold at danaarnold@fws.gov, with detailed pricing and company information included.
    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.
    7G--Special Notice of Intent to Sole Source Award
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, has issued a special notice of intent to award a sole-source contract for Biomark RFID systems. This procurement is aimed at acquiring compatible equipment necessary for monitoring bat populations at various roosts impacted by dam removal projects on the Klamath River, where existing installations of Biomark systems require the same brand for accurate data comparison. The urgency of this acquisition is underscored by the limited availability of alternatives that can ensure cross-compatibility with the existing systems, making Biomark the only viable supplier. Interested parties can reach out to Carter Duke at carterduke@fws.gov for further inquiries regarding this opportunity.
    D--Special Notice of Intent to Sole Source Award
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), has issued a special notice of intent to award a sole source contract for IT and telecom business application development support services. This procurement aims to secure specialized services under the NAICS code 541519, which encompasses other computer-related services, to enhance the FWS's IT capabilities. The selected contractor will play a crucial role in supporting the agency's IT infrastructure and application development needs. Interested parties can reach out to Lorenzo Aragon at lorenzoaragon@fws.gov or by phone at 505-248-6627 for further details regarding this opportunity.
    HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide Marine Natural Resource Support Services for the Pacific Islands Fish and Wildlife Office, specifically for projects at Wake Atoll. Contractors must possess valid U.S. Coast Guard Captain’s licenses, have prior experience with vessel operations and SCUBA, and be residents of Hawaii, as the services will include operating vessels for scientific diving, conducting inspections for SCUBA tanks, and managing logistics for field operations. This procurement emphasizes environmental conservation and compliance, with a contract performance period from April 1, 2025, to April 1, 2026, and a potential one-year extension. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and interested parties can contact Oscar Orozco at oscarorozco@fws.gov for further information.
    S--NOTICE OF INTENT to AWARD SOLE SOURCE for USFWS Marquette Biological Station fo
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (USFWS), intends to award a sole source contract for services at the Marquette Biological Station. The procurement focuses on facilities support services, particularly in housekeeping and surveillance, as indicated by the NAICS code 561210 and PSC code S211. These services are crucial for maintaining the operational integrity and cleanliness of the biological station, which plays a vital role in wildlife conservation efforts. Interested parties can reach out to Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321 for further details regarding this opportunity.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fredriley@fws.gov or call 413-253-8738.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    C--Land Surveying-Request for A-E Qualifications
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualifications from small architect-engineering firms for land surveying services across all U.S. States and Territories. The procurement focuses on boundary, topographic, and water rights surveying, which includes tasks such as fieldwork, mapping, and drafting legal descriptions. This opportunity underscores the USFWS's commitment to engaging small businesses while ensuring compliance with federal procurement regulations. Interested firms must submit their qualifications using the SF-330 Package via email, and they must be registered with the System for Award Management (SAM) and licensed engineering firms. For further inquiries, firms can contact Cindy Salazar at CindySalazar@fws.gov or by phone at 503-872-2832. The call for submissions is open for 365 days.