USFWS DALE HOLLOW NFH HATCHERY EFFLU PUMPS
ID: 140FS325Q0062Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

HOUSEHOLD FURNISHINGS (7210)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 7:00 PM UTC
Description

The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the procurement of two effluent pumps for the Dale Hollow National Fish Hatchery in Celina, Tennessee. The contract, identified under solicitation number 140FS325Q0062, requires pumps with a minimum output of over 1600 gallons per minute (GPM) and a discharge head of 65 feet, with the performance period anticipated from April 30, 2025, to July 31, 2025. This procurement is critical for maintaining the operational efficiency of the hatchery, which plays a vital role in fish conservation and management. Proposals are due by April 15, 2025, and interested contractors must provide their SAM Unique Entity Identifier, a completed quote schedule, and past performance records to be considered. For further inquiries, contact Lee Riley at lee_riley@fws.gov or call 404-679-4158.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 2:04 PM UTC
The Past Experience Questionnaire is a document required for businesses submitting proposals in response to federal, state, or local Requests for Proposals (RFPs) and grants. It gathers essential information to evaluate a business's qualifications and past performance. The questionnaire requests the company name, unique entity identifier, contact information, and business type. Key sections include the number of years the business has operated, experience as a prime or subcontractor for government contracts, and any instances of failed work. Additionally, the questionnaire asks for details about key personnel, including their roles, experience, and the total number of anticipated employees for the proposed project. It emphasizes the need for references and past performance data from projects similar in size and complexity to the current solicitation, particularly highlighting any government contracts. Finally, certifying official information is collected, confirming the accuracy of the responses provided. This document is crucial in assessing the capability and reliability of businesses aiming to secure government contracts, ensuring compliance and assessing experience in relevant projects.
Apr 1, 2025, 2:04 PM UTC
The U.S. Fish and Wildlife Service is issuing a Request for Quotes (RFQ) for the purchase of two effluent pumps for the Dale Hollow National Fish Hatchery, under solicitation number 140FS325Q0062. This acquisition is categorized as a 100% Small Business Set-Aside, adhering to the FAR Parts 12 and 13. The anticipated performance period extends from April 30, 2025, to July 31, 2025, with proposals due by April 15, 2025. Contractors must ensure that their offerings meet specific requirements, including a minimum output of over 1600 GPM and 65 feet of discharge head. The RFQ encourages multiple pump options for evaluation regarding operational needs and cost. Contractors must provide documents including their SAM Unique Entity Identifier, a completed quote schedule, and past performance records. Payment will be conducted through the U.S. Department of the Treasury's Invoice Processing Platform (IPP), requiring contractors to register with both SAM and IPP. The selection will be based on a combination of cost, technical specifications, and contractors' past performance. This solicitation highlights the agency's commitment to efficient procurement processes while promoting opportunities for small businesses.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Dewatering Pump, Control Panel, Discharge Pipe & Fittings
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) - Nashville District, is seeking qualified small businesses to provide dewatering pumps, control panels, discharge pipes, and fittings under a Total Small Business Set-Aside contract. The procurement aims to secure a Firm-Fixed Price contract for the delivery of these supplies, which are essential for effective water management in various engineering projects. The contract completion date is set for September 30, 2025, with quotes due by May 8, 2025, and all interested vendors must be registered in the System for Award Management (SAM). For inquiries, vendors can contact Bradley Eiras at bradley.m.eiras@usace.army.mil or Dani Bautch at samantha.d.bautch@usace.army.mil.
CO-ROCKY MTN ARSENL NWR-GEOTHERMAL WELL REHABILITA
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for geothermal well rehabilitation services at the Rocky Mountain Arsenal National Wildlife Refuge in Commerce City, Colorado. The primary objective of this procurement is to repair identified leaks in the geothermal heating systems, which includes replacing flange gaskets and insulation, as well as flushing and recharging the system to ensure its operational integrity. This initiative is crucial for maintaining sustainable energy systems within the refuge, which plays a vital role in wildlife conservation efforts. Interested small businesses must submit their quotes by May 2, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further information.
W91237-25-Q-A012; 95hp Submersible Pumps for The Light Capacity Fleet
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting bids for the provision of 95 horsepower submersible pumps intended for The Light Capacity Fleet. Contractors are required to deliver these pumps in accordance with the detailed Statement of Work outlined in the solicitation. These pumps are crucial for various military operations, ensuring efficient fluid management in diverse environments. Interested vendors should refer to the solicitation and all related documents available via the PIEE system, and may contact Lillie Bodie at lillie.v.bodie@usace.army.mil or 304-399-5139 for further inquiries. This opportunity is set aside for small businesses under the SBA guidelines.
43--EC - MTE SUMP PUMP REPLACEMENT
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking quotations for the refurbishment or replacement of a 500 GPM sump pump and the installation of new basket strainers for two existing 6000 GPM pumps at the Mt. Elbert Powerplant in Twin Lakes, Colorado. The procurement aims to ensure reliable operation of essential pumping systems, which are critical for maintaining operational integrity at the powerplant. This opportunity is set aside for small businesses under NAICS code 333914, with proposals due by May 11, 2025, and a firm fixed-price contract anticipated. Interested contractors must be registered in SAM.gov and are encouraged to conduct a site visit to assess the work required before submitting their proposals, which will be evaluated based on technical approach, past performance, and pricing.
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
WA-MCNARY MAINT SHOP-UTV TRAILER SPRAYER
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the procurement of a utility vehicle (UTV), trailer, and sprayer to support biological management activities in Central Washington. The procurement specifically requires a Kubota RTV-X1100CWL-A or an equivalent UTV with features such as a 23hp diesel engine, hydraulic dump bed, and off-road capabilities, along with a bumper-pull trailer and a 100-gallon UTV-mounted sprayer for herbicide applications. This equipment is crucial for enhancing the efficiency of wildlife management operations. Interested small businesses must submit their quotes by May 1, 2025, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
J--R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and a commitment to allocate 20% of awards to small businesses. This procurement is crucial for maintaining the operational efficiency of the FWS's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit their proposals by May 16, 2025, and can contact Robert Sung at robertsung@fws.gov or 503-872-2825 for further information.
Sources Sought - Mud Mountain Dam (MMD) Fish Passage Facility (FPF) Trucking Services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified small business firms to provide trucking services for the transportation of live salmonids from the Mud Mountain Dam Fish Passage Facility (FPF) to designated release sites in Enumclaw, Washington. The contractor will be responsible for supplying up to four trucks equipped to transport fish, ensuring compliance with safety regulations, and monitoring transport conditions, particularly dissolved oxygen levels, during operations scheduled from July to October 2025. This initiative is part of a broader effort to enhance fish populations and habitats, reflecting the government's commitment to environmental stewardship and effective resource management. Interested firms must submit their qualifications and contact information to Brantley Dowell at brantley.w.dowell@usace.army.mil by 12:00 PM PDT on May 2, 2025, and must be actively registered in the System for Award Management (SAM.gov).
ACOUSTIC TRANSMITTERS
Buyer not available
The U.S. Geological Survey (USGS) is seeking bids for the procurement of Juvenile Salmonid Acoustic Telemetry Systems, specifically 2,000 new acoustic transmitters, as outlined in Request for Quotation (RFQ) number 140G0325Q0088. The equipment must meet detailed technical specifications and be delivered in multiple phases, with the first 400 units required by July 1, 2025, and subsequent deliveries due by September 1 and October 20, 2025. This procurement is crucial for scientific research and environmental management, particularly in the study of juvenile salmonid populations. Interested vendors must submit their quotations, including a signed SF 18 form and technical documentation, by May 2, 2025, and may direct inquiries to Yangzhi Deng at yangzhideng@usgs.gov by April 29, 2025.
PUMP,ROTARY
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide rotary pumps under a combined synopsis/solicitation. The procurement requires the delivery of eight rotary pumps, with strict adherence to quality assurance, packing, and delivery specifications, as substitutes are not permitted due to the lack of proprietary data. These pumps are critical for maintaining operational readiness and efficiency in maritime operations. Interested small businesses must submit their quotes by May 1, 2025, with delivery expected by September 28, 2025. For further inquiries, vendors can contact Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil.