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
    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
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    F--Special Notice of Intent to Sole Source Award - Emergency Tree Removal
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for emergency tree removal services to Zorza, Inc. This contract aims to address the urgent need for the removal of dead, damaged, and structurally compromised trees that pose a direct threat to public safety and critical infrastructure on USFWS property. The selected contractor, Zorza, Inc., has been chosen due to their proven ability to respond quickly to emergencies and their familiarity with the site, ensuring that the hazardous trees are removed promptly to mitigate risks. Interested parties may submit a statement of capabilities to Lorenzo Aragon at lorenzoaragon@fws.gov, but this notice does not constitute a solicitation, and any associated costs for submissions will not be reimbursed by the government.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    56--LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of limestone and rip rap rocks for the Welaka National Fish Hatchery. The procurement requires approximately 260 tons of various rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of Florida DOT certified lime rock road base, all intended for stockpiling at the hatchery to support the development of a nature trail. This opportunity is set aside for small businesses, with a firm-fixed-price contract structure, and the deadline for submitting quotes is December 15, 2025, by 5:00 PM EST. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details.
    C--Land Surveying-Request for A-E Qualifications
    Interior, Department Of The
    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.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a firm-fixed-price contract to supply one outboard motor specifically designed for law enforcement patrol boats operating in Montana's lakes and rivers. The procurement requires a 200 hp, 4-stroke, V6 outboard motor with specific features such as Smartcraft compatibility and an 85 amp alternator, along with necessary installation components and labor for the motor replacement. This acquisition is a 100% Total Small Business set-aside, emphasizing the importance of the motor for effective law enforcement operations in diverse water conditions. Quotes are due by January 2, 2026, at 5:00 PM EST, and interested vendors should contact Khalilah Brown at khalilahbrown@fws.gov for further details.
    19--Notice of Intent for Sole Source - boat outfit
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, has announced its intent to award a sole source contract to William E. Munson Company for the outfitting of a boat that was previously purchased under contract 140F0S24F0052. This outfitting is necessary to ensure compliance with warranty and manufacturer guarantees, as well as to maintain the overall operability of the boat frame. The procurement is critical for ensuring the functionality and reliability of the vessel, which is categorized under the Boat Building industry (NAICS code 336612) and involves combat ships and landing vessels (PSC code 1905). Interested parties who disagree with the sole source determination may submit their arguments and capability statements by 10:00 PM Pacific Time on December 22, 2025. For further inquiries, contact Robert Sung at robertsung@fws.gov or call 503-872-2825.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    38--OR-WILLAMETTE VLY NWR-EXCAVATOR GRAPPLE
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to provide a 3X4 Hydraulic Dangle Head Rotating Grapple for the William L. Finley National Wildlife Refuge in Corvallis, Oregon. This procurement is a total small business set-aside and requires the grapple to meet specific salient characteristics, including compatibility with a Volvo EC140E Excavator, and to be delivered within 90 days of contract award. The grapple will be utilized for forestry, logging, and land-clearing operations, highlighting its importance in maintaining the refuge's ecological integrity. Quotes are due by December 22, 2025, and must be submitted to Marshall Richard via email; interested parties must also be registered with SAM.gov to be eligible for consideration.