F--Sources Sought - FISH MARKING - OR, WA, ID
ID: 140F0S25Q0007Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, OVER SAT G/SFalls Church, VA, 22041, USA

NAICS

Temporary Help Services (561320)

PSC

NATURAL RESOURCES/CONSERVATION- FISHERIES RESOURCES MANAGEMENT (F020)
Timeline
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 21, 2025, 6:00 PM UTC
Description

The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking sources for a potential multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract for fish marking services in various locations across Oregon, Washington, and Idaho. The procurement aims to engage contractors capable of performing fish marking duties, including fin clipping, coded wire tagging, and other tagging/marking activities, with specific roles outlined for fish markers, assistants, and automated trailer technicians. This initiative is crucial for managing fisheries resources effectively, ensuring the humane treatment of fish, and maintaining high standards of tagging accuracy, as indicated by performance metrics such as a 98% tag retention rate. Interested firms of any size are encouraged to respond by providing their CAGE and Unique Entity ID, along with the locations of interest, to Robert Sung at robert_sung@fws.gov by the specified deadline.

Point(s) of Contact
Files
Title
Posted
Jan 16, 2025, 2:04 AM UTC
The document outlines the standards and expectations for fish marking activities conducted by contractors under the U.S. Fish & Wildlife Service. It stresses the importance of punctuality, appropriate attire, and adherence to specific techniques in the marking process. Fish markers must report to job sites at specified times, wear closed-toe shoes to prevent injury, and follow prescribed fish marking procedures, including the use of coded wire tags and fin clips. Key performance indicators include maintaining a tag retention rate of 98% and limiting the rejection rate of untagged fish to 2%. If individual markers fail to meet these standards, contractors must replace them within one working day. The document also provides a detailed minimum marking rate for various sizes of fish, delineating expected productivity levels for both individual fish markers and methods of marking. Overall, the guidelines ensure that fish marking processes are efficient and humane, while prioritizing the welfare of the fish and the safety of workers involved in this critical task.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
ID-FWS BEAR LAKE NWR-FISH SCREEN
Buyer not available
The U.S. Fish and Wildlife Service is soliciting quotes for the conversion of five rotating drum-style fish screens to solar-powered electric designs at the Bear Lake National Wildlife Refuge in Idaho. This initiative aims to enhance the exclusion of invasive fish from wetlands while ensuring adequate water flow, with a focus on environmentally sustainable practices. The procurement is set aside for small businesses under NAICS code 221310, with the award based on the lowest priced compliant offer. Interested vendors must submit their quotations by 1:00 PM Eastern Time on April 9, 2025, with product delivery required by April 30, 2025, and the performance period extending from April 14 to July 14, 2025. For further inquiries, contact Joshua Stuart at joshuastuart@fws.gov.
F--Monitoring Juvenile Anadromous O. mykiss in the Lower San Joaquin and Stanislau
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is seeking vendors for a project focused on monitoring juvenile anadromous Oncorhynchus mykiss (California Central Valley Steelhead) in the Lower San Joaquin and Stanislaus Rivers, California. The primary objective is to enhance understanding of these fish populations to improve management and conservation efforts while optimizing water delivery and hydropower from the Central Valley Project (CVP). This multi-year study will involve estimating population sizes, demographics, survival rates, and analyzing the impacts of CVP operations on fish habitats, with work scheduled to commence on September 1, 2025, for a base year and two additional one-year options. Interested parties must submit a capability statement by April 11, 2025, to Margaret Jones at margaretjones@usbr.gov, as this sources sought notice is intended to gather market information and does not constitute a request for contract proposals.
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.
F--OR-SHELDON NWR-LOW TECH STRM RESTORATION
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified contractors for a federal contract focused on the low-tech process-based restoration of degraded streams at the Sheldon National Wildlife Refuge. The project aims to enhance aquatic habitats by implementing restoration techniques that mimic natural structures, specifically along Thousand Creek and Fish Creek, with a performance period from May 1, 2025, to April 30, 2026. This initiative is critical for improving stream health and biodiversity, aligning with federal and state environmental restoration efforts. Interested small businesses must submit their offers by April 2, 2025, and can contact Roger Lockhart at rogerlockhart@fws.gov or 404-679-7124 for further details.
H--OR-TUALATIN RIV NWR-SECURITY AND FIRE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for Security and Fire Monitoring Services at the Tualatin River National Wildlife Refuge, under Solicitation No. 140FS125Q0049. The procurement requires the installation and maintenance of fire and security monitoring equipment, with a contract period from April 1, 2025, to September 30, 2029, emphasizing 24/7 monitoring to ensure safety and compliance with fire safety standards. This initiative is crucial for habitat protection and wildlife conservation, enhancing operational safety at public facilities. Interested small businesses must submit their quotes by April 3, 2025, and ensure registration in the System for Award Management (SAM) to qualify for consideration; for further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
Z--GAOA - Alaska Peninsula NWR Float Plane Dock Replacement
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for the Floatplane Dock Replacement Project at the Alaska Peninsula National Wildlife Refuge in King Salmon, AK. The project entails dismantling the existing floatplane dock and boat ramp, followed by the construction of a new dock that includes essential components such as a bulkhead, gangway, and electrical systems, with an optional boat ramp replacement, addressing structural failures experienced during a storm in 2018. This initiative is crucial for maintaining infrastructure that supports wildlife conservation efforts while enhancing access for water vessels. Interested businesses must submit their Unique Entity Identifier (UEI) and relevant past project details by April 10, 2025, to demonstrate their capability, with the NAICS code for this acquisition being 237990 and a size standard of $45 million. For further inquiries, contact Samantha Lague at samanthalague@fws.gov or call 413-253-8349.
66--CA-LODI FWO-NOTUS G700AP15 HYDROPHONE
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is soliciting quotes for the procurement of an Omni Portable Trawl Hydrophone and a Trawlmaster Command Unit or an equivalent product. This procurement aims to enhance the agency's capabilities in aquatic research and monitoring, with specific performance parameters outlined for the equipment. The contract will be awarded as a Firm-Fixed Price Contract to a responsible small business, emphasizing the importance of fair pricing and best value for the government. Interested vendors must submit their quotes via email by April 7, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
66--Special Notice of Intent to Sole Source Award
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Smith-Root, Inc. for the procurement of eDNA compact filtration units essential for maintaining sample integrity and logging metadata. This acquisition is critical for the Environmental DNA metabarcoding program, as Smith-Root is the sole manufacturer of the required filtration units, which are necessary for the operational needs of multiple Fish and Wildlife Conservation Offices (FWCOs). The urgency of this procurement stems from the need to avoid delays associated with validating alternative products, which have been deemed less compatible and more costly. Interested parties may submit capability statements via email to Carter Duke at carterduke@fws.gov, but no telephone inquiries will be accepted.
WSD Coho PIT Tags
Buyer not available
The U.S. Army Corps of Engineers, San Francisco District, is conducting market research to identify sources for the APT12 FDX-B Passive Integrated Transponder (PIT) Tag, a radio frequency identification (RFID) device that complies with ISO Standards 11784 and 11785. The procurement aims to support the Lake Sonoma California Hatchery Service and requires products that are "Made in America," adhering to the guidelines set forth by the Federal Trade Commission regarding U.S. origin claims. Interested parties, including small businesses and those with specific certifications, are invited to provide feedback via email to Logan Champlin at logan.champlin@usace.army.mil, as no award or solicitation is currently available. Responses should include contact information, CAGE Code, UEI number, small business category, and country of origin for the product.
87--WI-GENOA NFH-FY25 BLOODWORMS
Buyer not available
The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses to supply frozen bloodworms for the Genoa National Fish Hatchery as part of a federal contract opportunity. The procurement requires the delivery of up to 10,000 pounds of bloodworms in two shipments, ensuring that the products meet specific quality standards, including size, preparation, packaging, and contamination-free conditions. This initiative is crucial for supporting the hatchery's operations, which rely on high-quality biological products to maintain healthy fish populations. Interested contractors must submit their quotes by April 2, 2025, and can reach out to Dana Arnold at danaarnold@fws.gov or call 703-468-8289 for further information.