CA-COLEMAN NFH-URGENT TRUCKING OPERATION
ID: 140FS125Q0063Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Specialized Freight (except Used Goods) Trucking, Local (484220)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR FREIGHT (V112)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 7:00 PM UTC
Description

The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors for the CA-Coleman NFH-Urgent Trucking Operation. This procurement involves specialized freight trucking services, focusing on the transportation of goods essential for wildlife management and conservation efforts. The contract is set aside for small businesses, emphasizing the government's commitment to supporting small enterprises in fulfilling critical operational needs. Interested parties can reach out to Oscar Orozco at oscar_orozco@fws.gov for further details, although specific funding amounts and deadlines have not been provided in the overview.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
F--HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting quotes for Marine Natural Resource Support Services, specifically targeting projects at Wake Atoll in the Pacific Islands, including Hawaii, Guam, and the Commonwealth of the Northern Marianas. Contractors are required to provide comprehensive personnel, equipment, and logistical support for marine surveys, including vessel operations, safety management, and SCUBA diving operations, with a focus on environmental conservation and compliance. This procurement is a total small business set-aside, with a performance period from May 1, 2025, to May 1, 2026, and an option for a one-year extension; interested parties must submit proposals that meet specific qualifications, including valid U.S. Coast Guard licenses and relevant experience, by the designated deadlines. For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
F--Synopsis: FISH MARKING IDIQ - OR WA ID
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking industry feedback for a proposed multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract for fish marking services in Oregon, Washington, and Idaho. This opportunity aims to establish standards for tagging and marking fish, emphasizing the importance of training, adherence to fish handling standards, and maintaining high tag retention rates to support effective wildlife management. Interested vendors are encouraged to review the attached Fish Marking Standards document and provide comments, with the solicitation expected to be announced under full and open competition within the NAICS code 561320, Temporary Help Services, which has a size standard of $34 million. For further inquiries, potential contractors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
N--NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide law enforcement vehicle upfit services for Chevy trucks and Ford F-150s, ensuring compliance with safety and operational standards for Federal Wildlife Officers. The project involves installing advanced equipment, including radio-ready wiring, emergency lighting, sirens, and control consoles, while adhering to specific technical requirements and maintaining vehicle resale value. This initiative underscores the government's commitment to equipping law enforcement vehicles with state-of-the-art technology to enhance operational efficiency and safety. Interested vendors must submit their proposals by April 18, 2025, with a performance period from April 24, 2025, to September 30, 2025. For further inquiries, contact Lydia Patrick at LydiaPatrick@fws.gov or call 308-635-7851.
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).
OK-OK ESFO-TSCS NEGOTIATIONS SUPPORT
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide negotiation support for the Tulsa County Smelter Complex Natural Resource Damage Assessment and Restoration Case in Oklahoma. The contractor will be responsible for management, supervision, and non-personnel services, including preparing presentations, reviewing technical information, evaluating settlement offers, and drafting claims related to ecological and cultural damages. This contract is crucial for facilitating effective negotiations with potentially responsible parties and ensuring compliance with environmental laws, with a base period from May 1, 2025, to April 30, 2027, and an option for an additional year. Interested parties should contact William Fluharty at williamfluharty@fws.gov or 703-358-2631 for further details, and must adhere to the small business set-aside requirements outlined in the solicitation.
S--JANITORIAL SERVICES Noxubee NWR, MS
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for janitorial services at the Noxubee National Wildlife Refuge in Mississippi. The contract requires weekly cleaning of the Visitor Center restrooms and a vault toilet at Bluff Lake Boat Ramp, ensuring high standards of cleanliness and hygiene for public facilities. This procurement is vital for maintaining a safe and welcoming environment for visitors, with a focus on compliance with federal regulations and standards. Interested small business contractors must submit their proposals by April 23, 2025, including a completed SF 1449 form, and are encouraged to attend mandatory site visits on April 10 and April 16, 2025. For further inquiries, contact Stephanie Long at stephanielong@fws.gov or by phone at 404-679-4059.
R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, 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 aims to allocate 20% of awards to small businesses. This procurement is critical for maintaining the operational efficiency of the agency's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit a signed form 1449, a statement of capability, and their hourly labor rates, with the contract period set to commence on May 1, 2025, and run through April 30, 2035. For further inquiries, vendors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
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.
J--R6 - Vehicle Repair/Maint BPA setup
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for vehicle repair and maintenance services across Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The procurement encompasses a wide range of services, including diagnostics, fluid services, electronics, and engine maintenance, with a focus on ensuring that vendors can provide certified mechanics and necessary repair parts. This BPA, valid from May 1, 2025, to April 30, 2035, aims to facilitate efficient vehicle maintenance for government operations while reserving 20% of awards for small businesses. Interested vendors must submit their proposals, including a signed form and hourly labor rates, to Robert Sung at robertsung@fws.gov by the specified deadlines to be considered for this opportunity.