F--NOTICE OF INTENT TO AWARD SOLE SOURCE FOR Desoto NWR Bertrand Collection Museum
ID: DOIFFBO240203Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Environment, Conservation and Wildlife Organizations (813312)

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the conservation of artifacts from the Bertrand Collection at DeSoto National Wildlife Refuge to the Nebraska Historical Society. This specialized museum conservation work is critical due to the fragility of the artifacts, which necessitates expertise and proximity to minimize risks associated with transportation and handling. The Nebraska Historical Society has been recognized as the only responsible source capable of performing this complex work, having established a trusted relationship with the USFWS and demonstrated consistent quality in artifact care. Interested parties may submit a statement of capabilities to Renee Babineau at renee_babineau@fws.gov, but no telephone inquiries will be accepted. The contract is expected to be awarded under the authority of FAR 6.302-1, with no competitive quotes being solicited.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (USFWS) seeks to justify sole-source acquisition for conservation work on artifacts from the Bertrand Collection at DeSoto National Wildlife Refuge. The document outlines the urgency for specialized museum conservation, explaining that the Gerald R. Ford Conservation Center has been the exclusive provider since 2001 due to its expertise, proximity (33 miles away), and established trust. Barriers to competition are noted, particularly the fragility of the artifacts which makes transportation risky and expensive. Utilizing a new facility would increase costs and risks, as inspections and information transfers would be necessary. Recent conservation assessments identified high-priority needs for specific artifacts, and funds have been allocated for this purpose. The Ford Center’s hourly rate is considered fair and aligns with industry standards, ensuring the safety and quality of care for these irreplaceable items. The recommendation is to proceed with sole-source acquisition, citing the center's qualifications and past performance in artifact care.
    Lifecycle
    Similar Opportunities
    J--Fire Engine Motor Replacement-Desert NWR, NV
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the replacement of the motor on fire engine 8262, a 2016 Ford F550, at the Desert National Wildlife Refuge in Nevada. The urgency of this procurement arises from the critical need for the fire engine to be operational for emergency response, particularly with the upcoming fire season. Rush Truck Centers has been identified as the only local vendor capable of performing the necessary repairs in a timely manner, as they have already begun troubleshooting the engine and possess certified Ford ASE mechanics. Interested parties may submit capability statements to Darla Freyholtz Ballard at darlafreyholtzballard@fws.gov within ten calendar days of this notice, with the contract period of performance set from September 20, 2024, to November 1, 2024.
    C--BOSQUE DEL APACHE NWR A&E DESIGN
    Active
    Interior, Department Of The
    The United States Fish and Wildlife Service (USFWS) is seeking qualified architect-engineer firms to provide professional services for the design and preparation of construction plans and specifications for the renovation and modernization of the Headquarters, Visitor Center, and Maintenance Facilities at the Bosque del Apache National Wildlife Refuge in New Mexico. The project, funded through the Great American Outdoors Act, aims to consolidate and improve infrastructure with a total budget of approximately $16.6 million, emphasizing sustainable practices, energy efficiency, and compliance with environmental regulations. Interested firms must demonstrate relevant experience and qualifications, with proposals due by September 25, 2024, and design completion expected by June 2025. For further inquiries, contact Ian Young at ianayoung@fws.gov or call 612-713-5214.
    F--MT-CHARLES M RUSSELL-AERIAL HERBICIDE TR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service intends to award a sole source contract to AV8-Orr Helicopter Services Inc for aerial herbicide application services targeting Japanese brome infestations in sagebrush rangelands at the Charles M Russell National Wildlife Refuge and UL Bend National Wildlife Refuge. The contract aims to utilize AV8-Orr's local expertise and proven capability in precise herbicide application, which is critical for managing invasive species in these sensitive habitats. Interested parties who believe they can fulfill the requirements are invited to submit a statement of capabilities to Lydia Patrick at lydiapatrick@fws.gov, with no reimbursement for costs incurred in response to this notice. The NAICS code for this opportunity is 115112, with a small business size standard of $9.5 million.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    Notice of Intent to Award Sole Source - Federal Interagency Council for Outdoor Recreation
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a sole-source firm-fixed price contract to Ross Strategic for support of the Federal Interagency Council for Outdoor Recreation (FICOR). The contract aims to leverage Ross Strategic's unique qualifications and extensive experience in facilitating FICOR's objectives, as they have been the sole contractor for this work since FICOR's inception. This opportunity is critical for ensuring ongoing coordination and effective implementation of FICOR's initiatives among federal agencies. Interested parties must submit their technical capabilities to Sherreda Brown at sherreda.brown@usda.gov by September 24, 2024, at 11:00 am EDT, as this notice serves as a market research tool rather than a formal solicitation.
    R--AZ SAN BERNADINO NWR SURVEY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide architectural and engineering (A&E) services for a Watershed LiDAR and Survey project at the San Bernardino National Wildlife Refuge in Arizona. The project involves high-resolution digital orthophotography, LiDAR acquisition, and topographic surveys across approximately 237 square miles, with a focus on establishing field survey control and developing a Digital Elevation Model (DEM) to support habitat restoration efforts for endangered aquatic species. This initiative is crucial for enhancing climate adaptation and restoring habitats impacted by agricultural expansion and climate change. Interested firms must submit their Standard Form 330 (SF330) by September 20, 2024, with a site visit scheduled for September 10, 2024. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or 505-248-6792.
    C--NV-PAHRANAGAT NWR-DESIGN/BUILD SERVICES
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking a contractor for Design/Build Services to replace and construct new North and South Wells at the Pahranagat National Wildlife Refuge in Nevada. The project entails drilling, casing, developing, and testing water quality for both wells, as well as installing pumps and necessary utilities to ensure a reliable water supply for the Refuge, which is critical for maintaining its ecological functions. The contract is expected to last approximately 2 years and 4 months, with construction activities primarily scheduled between June to September or October to February, and interested parties should contact Cindy Salazar at CindySalazar@fws.gov or 503-872-2832 for further details. This opportunity is set aside for small businesses under the SBA guidelines, with a NAICS code of 237110 for Water and Sewer Line and Related Structures Construction.
    J--OR-EAGLE CRK NFH-FLYGHT PUMP REBUILD
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the Fish and Wildlife Service, intends to award a sole source contract to Whitney Equipment Company Inc. (WECI) for the removal, repair, delivery, and installation of a 30-HP Flygt Pump at the Eagle Creek National Fish Hatchery in Estacada, Oregon. This procurement is necessitated by the warranty requirements of the Flygt pump, which stipulate that only authorized technicians can perform the service, thereby limiting the competition to WECI as the sole authorized servicer. The contract falls under NAICS code 333914, which pertains to the manufacturing of measuring, dispensing, and other pumping equipment, highlighting the critical nature of the services being sought for the hatchery's operations. Interested parties may submit a capability statement by September 20, 2024, to demonstrate their qualifications, although no formal solicitation will be issued, and the government may proceed without competitive bidding if no viable alternatives are presented. For further inquiries, contact Joann Mallory at joannmallory@fws.gov or by phone at 404-679-7274.
    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 objective of this procurement is to control the spread of flowering rush, which poses a threat to local ecosystems, by employing a contractor to provide all necessary labor, materials, and compliance with safety regulations, culminating in a final report on the effectiveness of the removal efforts. Quotes for this total small business set-aside opportunity are due by September 19, 2024, with the performance period extending from September 20, 2024, to September 30, 2025. Interested vendors must register at SAM.gov and submit a complete quote, including representations and certifications, to be considered for this project.
    PR VIEQUES NWR HQ/VC BLDG REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking contractors for the rehabilitation of the Headquarters/Visitor Center Building at Vieques National Wildlife Refuge in Puerto Rico. The project involves extensive repairs, including mold mitigation, roof restoration, and upgrades to security systems, with an estimated contract value between $250,000 and $500,000. This rehabilitation is crucial for restoring the facility, which was damaged by Hurricane Fiona in 2022, ensuring it meets safety and environmental standards. Interested vendors must submit their proposals via email by the specified deadline and are required to begin work within ten days of contract award, completing the project within 90 days. For further inquiries, contact Christina Mann at christinamann@fws.gov or call 571-547-3499.