HI PACIFIC ISLANDS FWO SPECIES TECH RPTS
ID: 140FS125Q0056Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SPECIAL STUDIES/ANALYSIS- ANIMAL/FISHERIES (B516)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is seeking technical support for a 5-year review of species status reports, specifically for Tuberolabium guamense and other potential species assessments. The contractor will analyze scientific data to support decisions under the Endangered Species Act, ensuring compliance with conservation principles and governmental regulations. This opportunity emphasizes the importance of utilizing the best available data to protect endangered species while fostering participation from small businesses, as the contract is set aside for total small business participation. Quotes must be submitted by March 19, 2025, with the performance period running from April 1, 2025, to March 31, 2030. For inquiries, interested parties can contact Roger Lockhart at roger_lockhart@fws.gov or by phone at 404-679-7124.

    Point(s) of Contact
    Lockhart, Roger
    (404) 679-7124
    (404) 679-4057
    roger_lockhart@fws.gov
    Files
    Title
    Posted
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically Wage Determination No. 2015-5689, Revision No. 24. It details minimum wage requirements tied to Executive Orders 14026 and 13658, specifying hourly rates for contracts based on their effective dates and coverage. Contracts initiated post-January 30, 2022, must pay at least $17.75 per hour; those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour. The document provides specific wage rates for various occupations categories, while also outlining requirements for fringe benefits and other protections for workers. Additional clauses address health benefits, sick leave, and vacation policies as mandated under Executive Order 13706. Key points include the methodologies for classifying additional job roles, the significance of proper compensation based on determined wage tables, and responsibilities related to uniform provision and maintenance costs. The summary serves as a guide for federally contracted employers, ensuring compliance with wage standards, thus facilitating fair employment practices in alignment with federal regulations.
    The document outlines a Request for Quotations (RFQ) from the U.S. Fish and Wildlife Service (FWS) for technical support in conducting a 5-year review of species status reports for Tuberolabium guamense and other potential species assessments. The RFQ, identified as 140FS125Q0056, specifies that all quotes must be submitted by March 19, 2025, and emphasizes the requirement for participation from small businesses. The contractor will be responsible for analyzing scientific data to support decisions under the Endangered Species Act, assessing species viability, and adhering to a defined statement of work that guides the execution of tasks. The period of performance is set from April 1, 2025, to March 31, 2030, with option years for extended services. Key tasks include collaborating with species experts, incorporating current scientific data, and conducting analysis under conservation principles of resiliency, redundancy, and representation. It also addresses governmental regulations regarding registered vendors and compliance with environmental considerations for contracting. This solicitation showcases the FWS's commitment to utilizing the best available data in protecting endangered species while fostering small business participation in federal contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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--FWS PUERTO RICAN PARROT ESFO SECURITY
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for security and surveillance services for the Puerto Rican Parrot Recovery Program at the Iguaca Aviary in Rio Grande, Puerto Rico. The procurement involves providing unarmed guard services over a specified number of hours per week, with a contract structured for a base year and four optional years, aimed at safeguarding the endangered Puerto Rican parrots from theft, vandalism, and harm. This initiative underscores the importance of wildlife protection and conservation efforts, while also promoting small business participation in federal contracting, as the solicitation is a 100% Small Business Set-Aside. Interested vendors must submit their quotes and any inquiries to Contract Specialist Lee Ann Riley by March 19, 2025, at 3:00 PM EDT, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    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.
    HI PAC REEFS NWR COMPLX - Small Vessel Charter Ser
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking small businesses to provide Small Vessel Charter Services for fieldwork at the Rose Atoll National Wildlife Refuge in American Samoa. The contract, identified as RFQ 140FS225Q0074, includes a base period from April 14, 2025, to April 13, 2026, with four optional extension years, and requires the contractor to transport up to six personnel along with necessary equipment for research and monitoring activities related to plant, seabird, and marine life populations. This procurement emphasizes the importance of reliable marine services in supporting environmental management and research initiatives, with up to eight trips anticipated annually, adhering to U.S. Coast Guard regulations for safety and operational effectiveness. Interested parties must submit their quotes by March 25, 2025, and can contact Dana Arnold at danaarnold@fws.gov or 703-468-8289 for further information.
    ID-FWS DWORSHAK-NPDES TESTING FY25
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho, with a performance period spanning from April 1, 2025, to September 30, 2029. The procurement aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, reflecting the government's commitment to environmental integrity. This opportunity is a Total Small Business Set-Aside, inviting eligible small businesses to participate, with quotes due electronically by March 17, 2025. Interested vendors must be registered in the System for Award Management (SAM) and comply with federal regulations, including adherence to wage determinations set forth by the U.S. Department of Labor.
    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.
    OR-TUALATIN RIV NWR-SECURITY AND FIRE
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for Security and Fire Monitoring Services at the Tualatin River National Wildlife Refuge, under Solicitation No. 140FS125Q0049. The procurement requires the installation and maintenance of fire and security monitoring equipment across various refuge buildings, with a firm-fixed-price contract spanning from April 1, 2025, to September 30, 2029, and 24/7 monitoring services to ensure safety and compliance with fire safety standards. This initiative is crucial for habitat protection and wildlife conservation, reflecting the government's commitment to engaging small businesses in fulfilling its operational needs. Interested parties must submit their quotes by March 21, 2025, and should contact Kathryn Coltran at kathryncoltran@fws.gov for further information.
    R--Recon and Data Collection Walrus Aggregation
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide reconnaissance and data collection services for walrus aggregation mapping in the northern Bering and Chukchi Seas. The objective of this procurement is to gather real-time data on walrus locations to assess the impact of declining sea ice on Pacific walrus populations, which is critical for wildlife management and conservation efforts. Contractors will be responsible for conducting reconnaissance operations, ensuring data accuracy, and submitting timely reports, with the performance period scheduled from June 2 to June 25, 2025, and a final summary report due by June 30, 2025. Interested small businesses must submit their proposals by March 6, 2025, and can direct inquiries to Joel Berberena at jberberena@usgs.gov.
    NM-REFUGE OPERATIONS- MULCHING/MOWING
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for mulching and mowing services at the San Bernard and Big Boggy National Wildlife Refuges in Texas, covering approximately 294.1 acres. The contract, which is set aside for small businesses, requires bidders to provide pricing per acre and demonstrate past experience in similar projects, with a firm-fixed price structure and a performance period from September 1, 2025, to February 28, 2026. This initiative is crucial for habitat management and conservation efforts, particularly for threatened species, while also ensuring compliance with federal regulations, including wage determinations. Interested contractors are encouraged to attend a mandatory site visit on March 19, 2025, and should direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    TX-UVALDE NFH-TILT OVER DECK TRAILER
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide a 21K tilt-over deck trailer for the Uvalde National Fish Hatchery in Texas. The procurement requires vendors to meet specific technical specifications, including a gross vehicle weight rating (GVWR) of 21,000 lbs, and to deliver the trailer within 90 days post-contract award to the designated location. This equipment is essential for the hatchery's operations, supporting the agency's mission to manage and conserve fish and wildlife resources. Interested parties must submit their quotations by March 14, 2025, and can direct inquiries to Mack Washington at mackwashington@fws.gov or by phone at 404-679-4033.