F--Sources Sought - FISH MARKING - OR, WA, ID
ID: 140F0S25Q0007Type: Sources Sought
2 AwardsJul 17, 2025
$5M$5,001,000
AwardeeBARRETT BUSINESS SERVICES INC SUITE 200 Vancouver WA 98662 USA
Award #:140F0S25D0009
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
    Description

    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for the Fish Marking Indefinite Delivery Indefinite Quantity (IDIQ) contract, designated as Solicitation No. 140F0S25Q0007, which covers fish marking services across jurisdictions in Washington, Oregon, and Idaho. The contract aims to engage qualified contractors to provide essential fish marking services, including the use of specialized equipment and adherence to safety protocols during the marking process. This procurement is vital for the management and conservation of fisheries resources, ensuring compliance with federal regulations while promoting participation from small and diverse businesses. Interested vendors must submit their proposals by May 19, 2025, with the contract period running from June 30, 2025, to June 29, 2030. For inquiries, contact Robert Sung at robert_sung@fws.gov or call 503-872-2825.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    The document outlines the standards and expectations for fish markers engaged in tagging and marking fish for the U.S. Fish & Wildlife Service. It stresses the importance of punctuality, proper attire, and appropriate footwear to ensure safety and efficiency during projects constrained by time and finances. Contractors are responsible for training fish markers in techniques, which include adherence to fish handling standards and maintaining high tag retention rates to minimize rejection rates. The document details specific tagging methods and the required daily marking quotas based on fish size. Furthermore, it emphasizes the contractor's obligation to replace any fish markers who are unable or unwilling to meet the prescribed standards. Overall, the document serves as a guideline to ensure that fish marking projects achieve high quality and efficiency, contributing to wildlife management efforts.
    The document presents a Subcontracting Plan submitted by a contractor in accordance with federal regulations under FAR Clause 52.219-9. Its primary objective is to outline the contractor's goals and commitments regarding subcontracting with small businesses, including subcategories such as veteran-owned, service-disabled veteran-owned, HUBZone, small disadvantaged, and women-owned businesses over a period of five years. The plan includes a chart detailing the proposed subcontracting dollar amounts and percentages for each type of small business. Key components include methods for developing subcontracting goals, identifying potential sources for solicitation, administering the subcontracting program, and the commitment to ensure equitable opportunities for small businesses in the bidding process. Additionally, the document emphasizes the importance of reporting subcontracting achievements and maintaining accurate records while adhering to compliance requirements. This plan is essential for promoting small business participation in federal contracts, contributing to economic growth and ensuring adherence to government procurement policies. Overall, it demonstrates the contractor's dedication to utilizing small businesses effectively throughout the contract's duration.
    The document outlines a request for proposals (RFP) related to the provision of specialized personnel, specifically in fish marking and automated trailer assistance, across various states, including Oregon, Washington, and Idaho. It details the rates for different roles, including standard, rework, and overtime rates for positions such as Fish Marker, Fish Marker Assistant, and Automated Trailer Assistant. The structure is divided into base year rates and option periods, allowing for potential extensions. This RFP signifies the government’s focus on ensuring skilled labor availability for fish marking operations and automated processes, emphasizing both standard and additional workload compensation. The document serves as a formal solicitation for vendors to submit their proposals and rates for providing these necessary services, ensuring compliance with procurement regulations.
    The document outlines a Request for Proposal (RFP) issued by the U.S. Fish and Wildlife Service for an Indefinite Delivery Indefinite Quantity (IDIQ) contract concerning fish marking services in Oregon, Washington, and Idaho. This contract, designated Solicitation No. 140F0S25Q0007, spans five years, divided into one base year and four optional years, from June 30, 2025, to June 29, 2030. The procurement falls under the North American Industry Classification Standard (NAICS) 561320 and is categorized as unrestricted to small businesses. Key components include the timeline for proposal submission (due May 7, 2025) and the requirement for contractors to adhere to federal regulations, including the ability to gather past performance information through the Contractor Performance Assessment Reporting System (CPARS). The document stipulates various contract clauses, payment processes, and other compliance measures necessary for successful contractors. The emphasis is on maintaining rigorous oversight, ensuring quality service delivery, and safeguarding sensitive contractor information throughout the contract's lifecycle. This proposal highlights the federal government's commitment to regulatory compliance and responsible resource management in natural resource services.
    The document serves as an amendment to a solicitation (140F0S25Q0007) issued by the government, extending the deadline for submissions to May 13, 2025. It provides critical details for contractors, including an estimated total spending of $375,000 for the year 2026 across all Indefinite Delivery/Indefinite Quantity (IDIQ) contracts and a shared ceiling of $2.5 million. Additionally, it states that an Executive Order by President Trump on March 14, 2025, has revoked a previous Executive Order aimed at increasing the minimum wage for federal contractors, which the Department will no longer enforce. The amendment maintains the existing terms and conditions of the solicitation while updating essential dates and expectations for contractors. The period of performance for the contracts outlined extends from June 30, 2025, to June 29, 2030. Overall, the amendment ensures that prospective bidders are fully informed of changes impacting contract submission and compliance requirements.
    This document serves as an amendment to solicitation number 140F0S25Q0007, extending the response deadline to May 15, 2025, and outlining conditions regarding equipment and permits for contracted tagging work. The government will provide critical equipment such as tagging trailers and CWTs (Cooler Water Trucks), and contractors will be covered under government-issued permits for scientific collection. Importantly, the amendment clarifies safety protocols regarding the handling of fish during marking, including the need for anesthesia for hand-marked fish. It also specifies that travel expenses should be budgeted separately and confirms that the requirement represents a renewal of existing IDIQ contracts with a performance period spanning from June 30, 2025, to June 29, 2030. This amendment aims to ensure clarity and compliance, facilitating a smooth response process for potential contractors while delineating responsibilities. Overall, this document is critical in managing federal contracting processes and aligning contractor duties with government standards.
    The document pertains to an amendment of a solicitation associated with federal procurement, specifically under contract number 140F0S25Q0007. The primary purpose of this amendment is to extend the deadline for submission of offers to May 16, 2025, alongside the modification of the contract period from June 30, 2025, through June 29, 2030. Offers must acknowledge the amendment by submitting it through designated channels, including electronic communication or via physical copies that reference the solicitation and amendment numbers. The amendment also emphasizes that failure to acknowledge receipt by the specified deadline may lead to the rejection of offers. Moreover, it highlights that terms and conditions unchanged remain in effect unless modified by this document. The context of this document fits within the framework of federal grants and Requests for Proposals (RFPs), underscoring compliance and the formal protocol necessary in competitive government contracting processes. As such, the document serves as a formal communication to ensure fair participation for all potential contractors by clearly delineating the requirements and deadlines.
    This document represents an amendment to solicitation number 140F0S25Q0007, issued by the U.S. federal government. The primary purpose of this amendment is to extend the deadline for receiving proposals from vendors until May 19, 2025, and to include an updated pricing sheet (Attachment 4) that must be completed by vendors for evaluation purposes. The amendment also specifies the period of performance for the contract, which will run from June 30, 2025, to June 29, 2030. Vendors are required to acknowledge the receipt of this amendment through methods outlined in the document, highlighting the importance of timely submissions to avoid rejection. The document is structured to include various sections detailing the responsibilities of the contractor, administration, and the specific modifications pertaining to the original solicitation. Overall, this amendment aims to facilitate the procurement process by providing essential updates that ensure compliance with government regulations while enabling potential contractors to prepare accurate proposals for evaluation.
    The document outlines a Request for Proposal (RFP) related to the Fish Marking IDIQ (Indefinite Delivery Indefinite Quantity) setup for the jurisdictions of Oregon, Washington, and Idaho. The solicitation is associated with several procedural details, including payment methods, solicitation type, and deadlines for bids. The offer due date is set for April 25, 2025, with an effective contract period from June 30, 2025, to June 29, 2030. The procurement process aims to engage various types of small businesses, as indicated by the inclusion of diverse categories such as Service-Disabled Veteran-Owned Small Business and Economically Disadvantaged Women-Owned Small Business. Key contact information, including the contracting officer's name, Robert Sung, is provided for inquiries. The document mandates that certain clauses from the Federal Acquisition Regulation are incorporated by reference, ensuring compliance with federal guidelines. Overall, the RFP represents a structured effort to solicit proposals for a specific government project while promoting participation from small and diverse businesses to achieve procurement goals.
    Similar Opportunities
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for Passive Integrated Transponder (PIT) tags and associated equipment, including readers, implanters, antenna systems, and software. This procurement aims to support the tracking of animals, primarily fish, which is essential for research and monitoring within the Department. The anticipated contract will be a five-year Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a Partial Small Business Set-Aside for specific CLINs, allowing for awards to up to two large businesses and three small businesses. Interested parties should monitor www.SAM.gov for the official solicitation expected in January 2026, and may contact Russell Oaks at rdoaks@usbr.gov or 801-524-3825 for further information.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Passive Integrated Transponders (PIT) Tags and associated equipment. This procurement aims to replace the previous solicitation with a new one identified as 140R4026R0003, which will facilitate the acquisition of essential tracking and monitoring technology used in various environmental and wildlife management applications. The PIT tags and equipment are crucial for ensuring effective data collection and management in ecological studies and resource conservation efforts. Interested parties can reach out to Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825 for further details regarding this opportunity.
    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.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    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.
    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.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    38--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, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.