AL-DEEP HORIZON NRDAR-AERIEL IMAGES REPO
ID: 140FNR25Q0009Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, NRDARFalls Church, VA, 22041, USA

NAICS

Environmental Consulting Services (541620)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) is seeking to award a sole source firm fixed price contract to Colibri Ecological Consulting, LLC for ecological analysis related to the North Breton Island Restoration Project. The primary objective of this procurement is to conduct manual markings and analyses using high-resolution aerial images captured during the 2024 nesting season, which will document breeding bird populations and nesting success in habitats affected by the Deepwater Horizon oil spill. This project is critical for restoring the barrier island ecosystem and ensuring effective long-term monitoring and evaluation efforts. The contract is valued at approximately $115,500, with a performance period from March 1 to April 30, 2025. Interested parties may submit their capabilities to Lamont Sawyers via email before the closing date of February 14, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (FWS) is seeking approval for a contract with Colibri Ecological Consulting, LLC to provide essential image analysis services for the North Breton Island Restoration Project. This project, initiated in 2020, aims to restore habitats impacted by the Deepwater Horizon oil spill for various bird species. The contract, valued at approximately $115,500, will involve analyzing aerial imagery captured during the 2024 nesting season to document breeding bird populations and nesting success. The justification for limiting competition hinges on Colibri's unique expertise and established methodologies, which are crucial for maintaining consistency with existing data from other restoration projects in Louisiana. The document emphasizes that no other provider can meet the specific quality and requirements necessary for effective monitoring. Market research indicated that opting for a different contractor could compromise data interoperability and increase costs. The procurement process aims to ensure that deliverables, including a comprehensive database and final report, align with project standards, facilitating long-term monitoring and evaluation efforts. The goal is to ensure the effective restoration of the barrier island ecosystem while safeguarding the interests of the government. This document serves as a formal justification for the use of limited-source procedures as outlined in the Federal Acquisition Regulation.
    The document outlines the intent of the U.S. Fish and Wildlife Service (FWS), specifically the Natural Resource Damage Assessment and Restoration (NRDAR) division, to award a sole source firm fixed price contract to Colibri Ecological Consulting, LLC, for ecological analysis on North Breton Island. The firm will conduct manual markings and analyses using high-resolution images, with an anticipated contract performance period from March 1 to April 30, 2025. The solicitation is categorized under NAICS code 541620 (Environmental Consulting Services) and is designated as a small business procurement. No competitive proposals will be solicited; however, other interested parties can submit their capabilities in meeting the specified requirements. All inquiries related to this notice should be directed to Lamont Sawyers via email before the closing date of February 14, 2025. This sole-source approach indicates a strategic decision by the agency, reflecting the specialized expertise of the selected contractor and the specific requirements of the project.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    F--WI-UPR MS RIV NATL WILDL-SITE PREPARATION
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a contract focused on the restoration of the Mesic Bottomland Forest at the Driftless Area National Wildlife Refuge in Wisconsin. The project entails a comprehensive four-phase service initiative over two years, including herbicide site preparation, mechanical site preparation, tree and shrub planting, and post-planting maintenance, aimed at enhancing habitats for neotropical migratory birds and tree-roosting bats. This opportunity is set aside for small businesses, reflecting the government's commitment to environmental restoration and small business participation in federal contracting. Interested contractors must conduct a mandatory site visit and submit proposals electronically by February 18, 2025, with inquiries directed to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    ASPHALT REPAIR AT BIG BRANCH MARSH NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for asphalt repair at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project entails a firm fixed-price construction contract with an estimated cost between $25,000 and $100,000, focusing on the cleaning, repair, sealing, and striping of asphalt surfaces that are over 18 years old. This initiative is crucial for maintaining the infrastructure of national wildlife refuges, ensuring both environmental protection and safety compliance during operations. Interested contractors must submit their offers by adhering to the specified guidelines, with the project timeline set from March 1, 2025, to November 30, 2025. For further inquiries, contact Khanhthong Moody at KhanhthongMoody@fws.gov or call 404-679-4022.
    JANITORIAL SERVICES AT FWS EDWIN B FORSYTHE NWR.
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking a contractor to provide janitorial services at the Edwin B. Forsythe National Wildlife Refuge, with a contract duration starting March 1, 2025, and options for three additional years. The scope of work includes cleaning the administrative office, visitor information center, and outdoor vault toilets, requiring weekly and bi-weekly cleaning services, respectively, while the contractor must supply all necessary cleaning materials and equipment. This contract is vital for maintaining a clean and professional environment at the refuge, ensuring compliance with government property standards. Interested contractors should submit their quotations by February 17, 2025, and can contact Chantal Bashizi at chantalbashizi@fws.gov or 703-358-1854 for further information.
    PR-PR -Security and Surveillance of the Puerto Ric
    Buyer not available
    The U.S. Department of the Interior, through the Fish and Wildlife Service, is soliciting proposals for security and surveillance services at the Maricao Fish Hatchery in Puerto Rico, specifically aimed at protecting the endangered Puerto Rican parrot population. The contractor will be responsible for providing armed security personnel to prevent theft and vandalism, particularly during nighttime hours from 4:00 PM to 7:00 AM, and will conduct regular inspections and access monitoring. This contract, which spans one base year with four optional renewal years, underscores the government's commitment to wildlife conservation and the protection of endangered species. Interested vendors must submit their offers by February 24, 2025, and can contact Merenica Banks at merenicabanks@fws.gov for further information.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    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.
    Y--NV Upper Carson Slough Backcountry Trail System
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the construction of the Upper Carson Slough Backcountry Trail System at the Ash Meadows National Wildlife Refuge in Nevada, under solicitation number 140FC325R0003. The project requires contractors to begin work within 10 calendar days and complete it within 270 days after receiving a notice to proceed, with an estimated project magnitude between $1,000,000 and $5,000,000. This initiative is crucial for enhancing public access to the refuge while ensuring ecological integrity and cultural significance, including collaboration with Indigenous partners for interpretive design. Interested contractors must acknowledge amendments and adhere to federal regulations, with key deadlines for proposal submissions set for February 26, 2025, and questions due by February 7, 2025. For further inquiries, contact Shannon Barnhill at shannonbarnhill@fws.gov.
    Z--LA-BIG BRANCH MARSH NWR-HURRICANE SHUTTE
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting proposals for the installation of hurricane shutters at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project requires contractors to supply heavy-duty, impact-resistant rolling shutters, along with the necessary labor and equipment, to be completed within 120 calendar days following the Notice to Proceed. This initiative is crucial for enhancing the infrastructure's resilience against hurricanes while ensuring compliance with federal, state, and local building codes and environmental regulations. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by February 18, 2025, with the performance period set from March 11, 2025, to July 9, 2025. For inquiries, contact Micah Holmes at micahholmes@fws.gov.
    Asbestos Abatement at Moosehorn NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking contractors for the asbestos abatement project at Moosehorn National Wildlife Refuge in Baring, Maine. The project involves the removal and disposal of approximately 1,035 square feet of asbestos-containing shingles from the Quarters 20 Garage, with strict adherence to state regulations and environmental safety protocols. This initiative is crucial for maintaining a safe and compliant environment within the refuge, ensuring the health of both workers and wildlife. Interested contractors should note that bids are due by February 21, 2025, with a total project cost estimated to be under $25,000, and can contact William Koski at williamkoski@fws.gov for further information.
    MN-FWS ARD-FSHRS-BPA SET UP-REPAIR SRVC
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for the repair and maintenance of small watercraft, motors, and trailers, specifically for the Alpena Fish and Wildlife Conservation Office in Gibraltar, Michigan. The procurement aims to cover a range of services including preventative maintenance, metal fabrication, and repairs for Mercury and Suzuki motors, as well as trailer maintenance and towing services. This initiative is crucial for ensuring the operational efficiency of the USFWS's fleet, which supports wildlife conservation efforts. Interested vendors must submit detailed quotations, including pricing lists and relevant certifications, with a total obligation capped at $250,000 over a five-year period. For further inquiries, vendors can contact Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.