ID-MINIDOKA NWR-REPLACING BOAT ENGINE
ID: 140FS125Q0042Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)
Timeline
    Description

    The U.S. Department of the Interior, specifically the Fish and Wildlife Service, is seeking quotations for the repair and overhaul of a 2001 JetCraft boat located at the Minidoka National Wildlife Refuge in Rupert, Idaho. The project entails significant upgrades, including replacing the outdated engine with a modern KEM 6.2L V8, overhauling the decking, and enhancing the electrical systems, alongside inspecting and servicing critical components to ensure operational reliability and safety. This refurbishment is crucial for maintaining the vessel's effectiveness in supporting wildlife conservation efforts. Interested small businesses must submit their bids by March 4, 2025, with the completion deadline set for March 31, 2025. For further inquiries, vendors can contact Tanner Frank at tanner_frank@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of the Interior, Fish and Wildlife Service, outlines a Statement of Work to refurbish an outdated patrol boat, emphasizing the urgency of upgrades for safety and operational reliability. The project includes comprehensive repairs, such as replacing the old engine with a modern KEM 6.2L V8, overhauling the decking, and upgrading the electrical systems. Additionally, critical components will be inspected and serviced, including bilge pumps, the heating system, steering systems, and navigation lights. The scope specifies the removal of nonfunctional accessories and the installation of durable materials like aluminum or vinyl decking. The contractor is tasked with ensuring the vessel's complete functionality while the work will be inspected by agency personnel. The document establishes a framework for government contractor engagement, focusing on safety, compliance, and system modernizations aligned with federal operational standards. This refurbishment is vital to the vessel's serviceability and overall effectiveness in fulfilling its intended mission.
    The document appears to be a corrupted or unreadable version of a government file related to Requests for Proposals (RFPs) or federal grants. Due to its illegible nature, specific details about the RFPs or grants, such as themes, objectives, or eligibility criteria, cannot be discerned. Generally, government RFPs and grants are aimed at soliciting proposals from organizations or individuals to fulfill specific needs or requirements set forth by government agencies. These documents typically outline the scope of work, funding amounts, deadlines, and evaluation criteria for proposals. The disorganized content and lack of coherent information would hinder anyone seeking to analyze or utilize this document effectively. Consequently, the intended purpose and important guidelines recognizable in conventional RFPs or grants remain obscured, highlighting a significant barrier to accessing the necessary information for potential applicants or stakeholders.
    The U.S. Department of the Interior's Fish and Wildlife Service is seeking quotations for the repair and overhaul of a 2001 JetCraft boat located at Minidoka National Wildlife Refuge in Idaho, with a firm deadline for completion by March 31, 2025. This RFQ is exclusively for small businesses, with the selection process based solely on the lowest price offered that meets all requirements. The scope of work entails significant upgrades, including engine replacement with a specified model, decking overhaul, electric system improvements, and inspection/repair of various onboard systems. Contractors must account for transportation costs if located over 100 miles from the site. All bids must comply with the FAR requirements, including registration with the System for Award Management (SAM). Additionally, contractors will be required to follow specific clauses and provisions, ensuring compliance with federal regulations and small business requirements throughout the contract. The comprehensive refurbishment aims to enhance the boat’s operational reliability and maintain its effectiveness in support of wildlife conservation efforts.
    The document is a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service, seeking bids for the repair and overhaul of a 2001 JetCraft boat at the Minidoka National Wildlife Refuge in Rupert, Idaho. This RFQ falls under federal procurement regulations and is designated as a total small business set-aside. Key details include a firm-fixed-price contract condition, with the award based solely on the lowest quoted price meeting requirements. The submission deadline for quotes is March 4, 2025, with a delivery deadline no later than March 31, 2025. Interested vendors must ensure they are registered in the System for Award Management (SAM) and should include transportation costs if located more than 100 miles from the site. Required submissions include business information, pricing details, and necessary certifications as specified by FAR provisions. The purpose is to secure competitive quotes to satisfy federal procurement needs while supporting small businesses.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    CA-LODI FWO-CLARK FORKLIFT ASSESSMENT
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the assessment and repair of a Clark Model GPS25MB Forklift located at the Lodi Fish and Wildlife Office. Contractors are required to provide all necessary labor, materials, and supervision to complete the repair, ensuring compliance with manufacturer guidelines, and will also be responsible for transporting the forklift to their repair facility. This procurement is crucial for maintaining essential equipment used in wildlife management operations, reflecting the government's commitment to sustainable procurement practices. Interested small businesses must register in SAM and adhere to specific government regulations, with the performance period set from March 6, 2025, to May 6, 2025; for further inquiries, contact Roger Lockhart at rogerlockhart@fws.gov or call 404-679-7124.
    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.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The U.S. Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF204 Patrol Boat, with a focus on engaging small businesses for this opportunity. The procurement requires contractors to provide comprehensive services, including structural repairs, ultrasonic testing, hull cleaning, and the removal and reinstallation of critical components such as rudders and propellers, all while adhering to federal safety and environmental regulations. This project is vital for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, with a projected award date of March 28, 2025; for further inquiries, contact Krystle Jones at krystle.jones@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.
    J--Synopsis - R6 Vehicle Repair BPA
    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 vehicle maintenance and repair services in Region 6, which includes states such as Montana, Wyoming, and Colorado. The selected vendor will be responsible for diagnosing vehicle issues, obtaining repair approvals, and performing maintenance both in-shop and in the field, covering a wide range of services from fluid changes to electronic diagnostics. This BPA is crucial for ensuring the operational readiness of vehicles used in wildlife management and conservation efforts, with a duration of ten years and spending caps of $2,500 for individual requests. Interested parties can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825 for further details.
    UWC NF Crew Carrier EN #8058 Engine Repair_Combined Synopsis_RFQ
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking quotations for engine repair services for a 2017 International Crew Transporter (EN 8058) due to an oil leak. The procurement is aimed at small businesses, requiring comprehensive pricing for various repairs, including oil leak fixes, cover replacements, and gasket installations, with a completion deadline set for April 16, 2025, following an anticipated award date of March 10, 2025. This opportunity underscores the importance of maintaining operational vehicles within the Forest Service, ensuring they remain functional and efficient for their critical missions. Interested vendors must submit their quotes by March 4, 2025, and are encouraged to contact Whit Fausett at arlen.fausett@usda.gov for further inquiries.
    V--Sources Sought - Transport Vessel, HI to Midway
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking sources for a transport vessel to facilitate the movement of supplies, fuel, and personnel from Honolulu to various islands within the Papahānaumokuākea Marine National Monument, including Midway Atoll and Kure Atoll. The contractor will be responsible for making multiple trips per year, adhering to strict biosecurity measures to prevent the introduction of invasive species, and ensuring compliance with U.S. Coast Guard regulations. This procurement is crucial for supporting conservation efforts within the Monument, emphasizing environmental protection and safe logistics for marine transport. Interested parties can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825 for further details.
    Bunkhouse HVAC National Key Deer Refuge, FL
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals for a construction contract titled "Bunkhouse HVAC National Key Deer Refuge, FL," aimed at improving the energy efficiency of the bunkhouse air conditioning system at the National Key Deer Refuge in Big Pine Key, Florida. The project involves replacing an old air handler and condenser, modifying ductwork, and ensuring proper installation and testing of the new system, with a total contract value of less than $25,000. This initiative is crucial for reducing operational costs and preventing mold growth, aligning with federal objectives for energy efficiency in government facilities. Interested contractors must submit their quotes by February 25, 2025, and can direct inquiries to Contracting Officer Elvia Arellano at elviaarellano@fws.gov or by phone at 505-431-2736.
    ASPHALT REPAIR AT BIG BRANCH MARSH NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for asphalt repair at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project entails a firm fixed-price construction contract with an estimated cost between $25,000 and $100,000, focusing on the cleaning, repair, sealing, and striping of asphalt surfaces that are over 18 years old. This initiative is crucial for maintaining the infrastructure of national wildlife refuges, ensuring both environmental protection and safety compliance during operations. Interested contractors must submit their offers by adhering to the specified guidelines, with the project timeline set from March 1, 2025, to November 30, 2025. For further inquiries, contact Khanhthong Moody at KhanhthongMoody@fws.gov or call 404-679-4022.