J--OR-EAGLE CRK NFH-FLYGHT PUMP REBUILD
ID: 140FHR24Q0030Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, HURRICANE & RECOVERYFalls Church, VA, 22041, USA

NAICS

Measuring, Dispensing, and Other Pumping Equipment Manufacturing (333914)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)
Timeline
    Description

    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the removal, repair, delivery, and installation of a 30-HP Flygt Pump at the Eagle Creek National Fish Hatchery. This procurement aims to ensure the operational efficiency of a critical environmental facility by engaging contractors who can provide all necessary labor, materials, and equipment while adhering to regulatory guidelines, including the Defense Priorities and Allocations System. The contract is set to begin on September 19, 2024, with a delivery deadline of December 31, 2024, and emphasizes small business participation. Interested contractors can reach out to Joann Mallory at joann_mallory@fws.gov or by phone at 404-679-7274 for further details.

    Point(s) of Contact
    Mallory, Joann
    (404) 679-7274
    (404) 679-4064
    joann_mallory@fws.gov
    Files
    Title
    Posted
    The U.S. Department of the Interior's Fish & Wildlife Service plans 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, OR. This decision is guided by Federal Acquisition Regulation (FAR) provisions, indicating that WECI is the only authorized servicer available due to the warranty requirements of the Flygt pump, which mandates service by authorized technicians only. The associated procurement falls under NAICS code 333914 for pumping equipment manufacturing. While this is not a formal solicitation, interested parties may submit a capability statement to demonstrate their qualifications by September 20, 2024. Responses will be evaluated solely to consider if a competitive procurement is warranted; otherwise, the contract will be awarded to WECI. No formal solicitation package will be issued, and the Government retains the discretion to proceed without a competitive bidding process if no capable alternatives are presented.
    The document outlines a Request for Proposal (RFP) for the acquisition of services related to the removal, repair, delivery, and installation of a 30-HP Flygt Pump at the Eagle Creek National Fish Hatchery. The procurement is administered by the Fish and Wildlife Service (FWS) and is set to begin on September 19, 2024, with a delivery deadline of December 31, 2024. The solicitation specifies that contractors must provide all necessary labor, materials, and equipment to fulfill the project requirements. The contract encompasses various regulatory guidelines, including adherence to the Defense Priorities and Allocations System. Additional details include a focus on small business participation and compliance with payment and remittance terms. This RFP represents a federal initiative aimed at maintaining operational efficiency at a key environmental facility while encouraging engagement from small businesses and ensuring regulatory compliance throughout the procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    N--OK-TISHOMINGO NFH-POND LINERS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of pond liners at the Tishomingo National Fish Hatchery in Johnston County, Oklahoma. The project involves the removal of existing liners from Ponds 4 and 14, reshaping the pond bottoms, and installing new underdrain systems along with geotextile fabric and geomembrane pond lining, all aimed at enhancing ecological conditions at the hatchery. This procurement is critical for maintaining the operational integrity of the hatchery and supporting wildlife management efforts, with an estimated project cost between $250,000 and $500,000 and a performance timeline of 90 calendar days. Interested contractors must submit sealed bids electronically by 5:00 PM local time on September 25, 2024, and can contact Tracy Gamble at tracygamble@fws.gov or 404-679-4055 for further information.
    56--AR - NORFORK HATCHERY COLUMN AERATION UNITS
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is conducting a Sources Sought Notice for the procurement of oxygenation equipment and aluminum packed columns for the Norfork National Fish Hatchery in Mountain Home, Arkansas. The anticipated contract will involve supplying vertical column aeration units, stands, and fill material, specifically designed to remove volatile organic compounds (VOCs) from water through air stripping processes. This equipment is crucial for maintaining water quality in aquaculture environments, ensuring the health and sustainability of fish populations. Interested businesses are invited to respond by providing their Unique Entity Identifier (UEI), relevant NAICS codes, and documentation of past projects similar to the requirements outlined, with responses due by September 8, 2024, at 5:00 PM ET. For further inquiries, contact Tina Baker at tinabaker@fws.gov.
    Y--OR-KLAMATH FALLS FWO-PHASE 5 CONSTRUCTION
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for the construction of Phase 5 Sucker Fish Ponds at the Klamath Falls Fish Hatchery in Oregon. This project, designated as a Total Small Business Set-Aside, requires contractors to provide construction services valued between $1 million and $5 million, with a firm fixed-price contract structure and mandatory bonding requirements. The initiative is crucial for aquatic habitat restoration and management, reflecting the government's commitment to environmental conservation. Interested contractors must submit their bids by October 23, 2024, with a pre-bid site visit scheduled for August 21, 2024; for further inquiries, contact Christa Garrigas at christagarrigas@fws.gov.
    Y--WY-JACKSON NFH-SEPTIC SYSTEM
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the construction of a 2000-gallon, 3-stage concrete septic system at the Jackson National Fish Hatchery in Wyoming. The project aims to enhance waste management services for the Volunteer Complex, which includes RV pads and a volunteer bunkhouse, in compliance with federal and local regulations. This initiative is critical for maintaining public health standards and supporting environmental preservation efforts at the hatchery site. Interested contractors must submit their proposals, including all required documentation, by September 19, 2024, at 5:00 PM EDT, and are encouraged to contact John Ferrall at johnferrall@fws.gov for further information.
    Y--AZ-WILLIAMS CRK NFH-CANOPY
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting bids for the construction of an open-sided roofed steel structure at the Williams Creek National Fish Hatchery in Arizona. The project involves designing, shipping, and erecting a canopy over existing concrete fish rearing raceways, measuring approximately 54' x 110', with specific engineering requirements for snow and wind loads. This initiative aims to enhance the facility's operational capacity and support fish stocking programs, reflecting the government's commitment to environmental conservation. Interested contractors must submit proposals by September 26, 2024, and are encouraged to attend a site visit on September 9, 2024; inquiries can be directed to Nicole Johnson at nicolecjohnson@fws.gov.
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated contract value between $10 million and $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by October 11, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Y--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated infrastructure, including an intake structure, pump systems, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam operations. Interested contractors must submit their proposals by September 10, 2024, and are encouraged to attend a pre-bid site visit on August 28, 2024; for further inquiries, they can contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.gov.
    REHAB QUARTERS #28 Electrical - VT
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the rehabilitation of electrical systems at Quarters 28, located at the Dwight D. Eisenhower National Fish Hatchery in Vermont. The project aims to upgrade the electrical and mechanical systems of a 1,200 square-foot residence to ensure safe living conditions for staff, including the installation of new electrical wiring, receptacles, and energy-efficient HVAC options. This initiative is critical for maintaining affordable housing for staff while enhancing safety and energy efficiency. Proposals are due by September 19, 2024, with a mandatory site visit scheduled for September 16, 2024. Interested parties can contact Christine Beauregard at ChristineBeauregard@fws.gov or by phone at 413-253-8232 for further information.
    NWW Biological Services Trap and Transport
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, is seeking interested businesses for a service contract titled "NWW Biological Services Trap and Transport." The contractor will be responsible for providing quality assurance and fish sampling functions for the USACE Juvenile Fish Biological Services and Transportation Program at Lower Granite and Little Goose dams, as well as supporting juvenile bypass system operations at Ice Harbor and McNary dams during the base year of 2025 and an option year in 2026. This contract is critical for ensuring the welfare of juvenile fish populations and compliance with environmental regulations, particularly under the Endangered Species Act. Interested parties must submit their capabilities and business size information to Melita S. Doyle via email by 3:00 PM local time on October 3, 2024, as this notice serves for market research and planning purposes only.
    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.