WI-GENOA NFH IRA FISH REARING TROUGHS AND TANKS
ID: 140FS225Q0032Type: Solicitation
Overview

Buyer

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

NAICS

All Other Plastics Product Manufacturing (326199)

PSC

COMMERCIAL FISHING EQUIPMENT (2060)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Jan 6, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 6, 2025, 12:00 AM UTC
  3. 3
    Due Jan 16, 2025, 10:00 PM UTC
Description

The U.S. Fish and Wildlife Service (FWS) is seeking qualified vendors to supply fish rearing troughs and tanks for the Genoa National Fish Hatchery in Wisconsin. The procurement includes twenty-four 14-gallon rectangular troughs, twenty-four 20-gallon rectangular troughs, and ten 30-gallon round fiberglass culture tanks, all constructed from FDA-approved isophthalic resin with specific design features. This initiative supports the federal government's commitment to aquatic conservation and sustainable fish populations through enhanced infrastructure. Interested parties must submit their quotes by January 16, 2025, and are encouraged to contact Dana Arnold at dana_arnold@fws.gov or 703-468-8289 for further inquiries.

Point(s) of Contact
Files
Title
Posted
Jan 6, 2025, 5:05 PM UTC
The document outlines a request for proposals (RFP) for the fabrication of custom fish rearing troughs and tanks for the U.S. Fish and Wildlife Service at the Genoa National Fish Hatchery in Wisconsin. Specifically, the RFP includes specifications for twenty-four 14-gallon rectangular troughs and twenty-four 20-gallon rectangular troughs, both constructed from FDA-approved isophthalic resin with particular dimensions and features such as smooth gel-coated interiors and specific coupling fittings. Additionally, it includes ten 30-gallon round fiberglass culture tanks with a designated diameter and height, also made from the same resin. All tanks come with flat bottoms and are designed without internal fittings. Importantly, the freight for these items is included to the specified hatchery address, highlighting logistical considerations in the procurement process. This RFP aligns with the federal government's efforts to support aquaculture research and fishery management, demonstrating their commitment to fostering sustainable fish populations through proper infrastructure.
Jan 6, 2025, 5:05 PM UTC
The document outlines the requirements for submitting references as part of a federal or state/local Request for Proposal (RFP). It specifies that all bidders must provide details on up to three relevant past experiences that demonstrate their capability to fulfill the proposed contract’s scope of work. Each experience must include the type of work performed, total contract value, the agency or firm involved, a contact person’s information, and the duration of the work. Additionally, a brief description of duties is required to showcase the applicant’s qualifications and experience in similar roles. The submission deadline is emphasized, with contact information for the recipient, Dana Arnold, provided for inquiries. This form is essential for evaluating the bidders’ past performance and suitability for awarded contracts, ensuring they possess the relevant experience to execute the required services effectively.
Jan 6, 2025, 5:05 PM UTC
The solicitation document outlines a Request for Quotation (RFQ) for the supply of fish rearing troughs to the U.S. Fish and Wildlife Service (FWS) at the Genoa National Fish Hatchery in Wisconsin. Interested vendors must submit their quotes by January 16, 2025, detailing their offered items, including quantities and prices, along with necessary certifications and company information. The RFQ emphasizes the need for compliance with federal regulations, including the System for Award Management (SAM) registration, and outlines expectations for past performance, technical specifications, and delivery schedules. The document further specifies evaluation criteria, indicating that technical specifications, lead times, and past performance will hold greater importance than price in determining the winning bid. Additional compliance measures include certifications regarding telecommunications equipment, representations regarding business size, and adherence to ethical labor practices. This procurement initiative represents a strategic investment in aquatic conservation efforts and demonstrates the federal government's commitment to partnering with capable suppliers in the environmental sector.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
MI-LUDINGTON BS-AQUACALC 5000 COMPUTER
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of four Aquacalc 5000 computers, which are essential for measuring stream discharge. These electronic data logging devices are designed to enhance the efficiency of stream flow measurements, replacing traditional methods and improving scientific measurement capabilities in environmental management. The delivery of the devices is required by May 9, 2025, with quotations due by April 16, 2025, and interested small businesses are encouraged to participate. For further inquiries, potential bidders can contact John Skogen at JackSkogen@fws.gov or by phone at 612-713-5210.
NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide upfit services for emergency vehicles, specifically Ford F-150 trucks, to enhance the safety and functionality of Federal Wildlife Officers. The project requires the installation of emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to strict quality and safety standards while minimizing modifications to maintain vehicle resale value. This initiative is crucial for ensuring that wildlife law enforcement personnel are equipped with reliable and effective vehicles for their duties. Interested vendors must submit their quotes by April 18, 2025, with a delivery deadline set for September 30, 2025. For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
F--HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is soliciting quotes for Marine Natural Resource Support Services, specifically targeting projects at Wake Atoll in the Pacific Islands, including Hawaii, Guam, and the Commonwealth of the Northern Marianas. Contractors are required to provide comprehensive personnel, equipment, and logistical support for marine surveys, including vessel operations, safety management, and SCUBA diving operations, with a focus on environmental conservation and compliance. This procurement is a total small business set-aside, with a performance period from May 1, 2025, to May 1, 2026, and an option for a one-year extension; interested parties must submit proposals that meet specific qualifications, including valid U.S. Coast Guard licenses and relevant experience, by the designated deadlines. For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
Z--REHAB FISH HATCHERY ROAD, ENNIS NFH, MT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking contractors for the rehabilitation of Fish Hatchery Road located at the Ennis National Fish Hatchery in Montana. This project falls under the category of highway, street, and bridge construction, specifically focusing on the repair or alteration of roads and related infrastructure. The work is crucial for maintaining access to the hatchery, which plays a vital role in fish conservation and management efforts. Interested small businesses are encouraged to reach out to Shanen Fox at shanenfox@fws.gov or call 503-736-4469 for further details, as this opportunity is set aside for total small business participation.
F--OR-SHELDON NWR-LOW TECH STRM RESTORATION
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) 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 crucial for improving stream health and biodiversity, aligning with federal and state environmental restoration efforts. Interested small businesses must submit their proposals by April 16, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
Walleye Fillets Sources Sought
Buyer not available
The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), is seeking sources for domestically produced walleye fillets for USDA Food Programs. The procurement aims to gather information on the availability of 100% domestic walleye fillets, specifically in the pack size of 40/1 lb frozen packages. This initiative is crucial for ensuring the supply of quality seafood products to support various USDA food assistance programs. Interested parties must respond with detailed information regarding their capabilities and product specifications by April 21, 2025, and can direct inquiries to Kevin Day at kevin.day@usda.gov or Carrie Meyers at carrie.meyers@usda.gov.
ID KOOSKIA NFH CHILLER MAINT. FY25
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide annual maintenance services for chillers at the Kooskia National Fish Hatchery in Idaho. The contract, which is set aside for small businesses under NAICS code 238220, includes a base year starting in 2025 and four additional option years, focusing on the maintenance of a 190-ton carrier chiller that is crucial for regulating water temperature in fish rearing operations. This procurement underscores the government's commitment to ensuring reliable environmental management systems that support aquatic life conservation. Interested vendors must submit their proposals by April 16, 2025, and can direct inquiries to Tanner Frank at tannerfrank@fws.gov.
SD - DC BOOTH HNFH - INSTALLATION OF ARCHIVE ROLLI
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for the installation of high-density mobile archive rolling shelves at the DC Booth Historic National Fish Hatchery in Spearfish, South Dakota. The project aims to enhance the storage capabilities of the National Fish and Aquatic Conservation Archives (NFACA) by implementing a rail-mounted system that complies with federal archival standards, ensuring safe access and efficient use of space for over 1.9 million archival records and 14,000 artifacts. This solicitation is a total small business set-aside, with a firm-fixed price contract expected to be awarded by June 30, 2025, and requires interested bidders to conduct a site visit, submit detailed proposals by April 25, 2025, and contact Khalilah Brown at khalilahbrown@fws.gov for further inquiries.
Tracked Carrier, Detroit Lakes WMD, MN
Buyer not available
The U.S. Fish and Wildlife Service is soliciting quotes for a firm fixed-price contract to supply one all-terrain tracked carrier for the Detroit Lakes Wetland Management District in Minnesota. This procurement is specifically set aside for small businesses and requires contractors to submit an itemized proposal that includes their SAM UEI number and adheres to the detailed specifications outlined in the solicitation. The tracked carrier is essential for environmental management and operational needs, ensuring compliance with safety and performance standards, including US EPA emissions regulations. Interested parties must submit their proposals by 5:00 PM Eastern Time on April 16, 2025, and can contact Darla Freyholtz at darlafreyholtz@fws.gov or 701-339-3829 for further information.
OK DEEP FORK NWR CULVERT BOX
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the construction of a box culvert at the Deep Fork National Wildlife Refuge in Okmulgee County, Oklahoma. The project involves the installation of concrete structures, including box culverts and approach drives, while ensuring compliance with environmental regulations and federal standards. This initiative is crucial for enhancing infrastructure at national wildlife refuges while promoting habitat protection and sustainability. Interested small businesses must submit sealed offers by the specified deadlines, with the anticipated contract value ranging from $100,000 to $250,000, and work expected to commence by June 10, 2025, and conclude by October 10, 2025. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.