OR-WATER RB-WATER RIGHTS IMPROVEMENT
ID: 140FS124Q0185Type: Solicitation
Overview

Buyer

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

NAICS

Environmental Consulting Services (541620)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL CONSULTING AND LEGAL SUPPORT (F115)
Timeline
    Description

    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 oscar_orozco@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service for water rights improvements at the Leavenworth National Fish Hatchery. It seeks proposals from small businesses to support and conduct the necessary water rights permits and enhancements to ensure sustainable water use for fish propagation. Interested vendors must submit their quotes by September 25, 2024, with a performance period of 15 months post-award. The RFQ emphasizes a best-value award based on technical approach, project schedule, key personnel qualifications, relevant experience, and past performance related to water rights. The contractor is tasked with preparing, filing, and processing water right change applications, ensuring compliance with state and federal environmental regulations. The document also outlines quality control, reporting, and contractor responsibilities, emphasizing that the contractor must maintain a stable workforce and meet specific requirements for services rendered. The proposal evaluation criteria and performance objectives are detailed to guide potential respondents in providing comprehensive bids aligned with the project goals of improving water rights for habitat conservation. Overall, the RFQ represents a structured effort by the government to enhance conservation efforts through proper management of water rights for fish habitats.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide construction services valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    N--OK-TISHOMINGO NFH-POND LINERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project involves the removal of existing liners from Ponds 4 and 14, reshaping the pond bottoms, and installing new underdrain systems along with geotextile fabric and geomembrane pond lining, all aimed at enhancing ecological conditions at the hatchery. This procurement is critical for maintaining the operational integrity of the hatchery and supporting wildlife management efforts, with an estimated project cost between $250,000 and $500,000 and a performance timeline of 90 calendar days. Interested contractors must submit sealed bids electronically by 5:00 PM local time on September 25, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further information.
    F--WA-MID-COLUMBIA RIV NWR-FLOWERING RUSH D
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the survey and removal of invasive flowering rush on 10 acres at the Columbia River National Wildlife Refuge, with the potential for additional acreage depending on funding. The primary objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by providing all necessary labor and materials while ensuring compliance with safety regulations. This contract is a total small business set-aside, with quotes due by September 19, 2024, and a performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit their quotes to Oscar Orozco at oscarorozco@fws.gov, adhering to the specified deadlines and requirements outlined in the solicitation documents.
    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.
    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.
    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.
    AZ-LAKE HAVASU RFGS-FIRE-RESTORATION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for a contract to assist with fire restoration efforts at the Lake Havasu National Wildlife Refuge Complex in Arizona. The primary objective is to procure a work crew to plant native trees and control invasive species, with the project scheduled to take place over four weeks between January and April 2025. This initiative is crucial for ecological restoration and habitat preservation within the refuge, aligning with federal guidelines for environmental management. Interested contractors must submit their quotations by September 24, 2024, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
    Y--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated structures, including an intake system, pump installations, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam infrastructure. Interested contractors must submit their proposals by October 17, 2024, with work expected to commence on December 23, 2024, and conclude by October 31, 2027. For further inquiries, contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.gov.
    WA-WILLAPA NWR-AERIAL HERBICIDE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from small businesses for an aerial herbicide application project aimed at controlling invasive plant species at Leadbetter Point within the Willapa National Wildlife Refuge in Washington. The project involves treating approximately 130 acres of land dominated by non-native plants, specifically Scotch broom, gorse, and Ammophila beachgrass, as part of a broader habitat restoration initiative to support native species such as the streaked horned lark and snowy plover. Contractors will be responsible for providing the necessary equipment and labor for herbicide application, while the USFWS will supply the herbicides and oversee project coordination. Quotations are due by September 23, 2024, and interested parties must be registered as active vendors in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    NEZ PERCE-CLEARWATER NF Salmon River Seed Orchard Well Drilling
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking qualified contractors for the "Salmon River Seed Orchard Well Drilling" project located in the Nez Perce-Clearwater National Forests in Idaho. The primary objective is to drill a well to provide potable water to the nursery, with provisions for additional wells if the initial attempt does not meet specifications. This project is crucial for ensuring sustainable water resources for agricultural activities within the national forest, reflecting the government's commitment to effective water management. Bids are due by September 26, 2024, at 11:00 A.M. MT, with a project budget estimated between $100,000 and $250,000, and work is expected to commence no earlier than October 15, 2024, continuing until October 15, 2025. Interested contractors can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.