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
USFWS DALE HOLLOW NFH HATCHERY EFFLU PUMPS
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from qualified small businesses for the procurement of two effluent pumps for the Dale Hollow National Fish Hatchery in Celina, Tennessee. The contract, identified under solicitation number 140FS325Q0062, requires pumps with a minimum output of over 1600 gallons per minute (GPM) and a discharge head of 65 feet, with the performance period anticipated from April 30, 2025, to July 31, 2025. This procurement is critical for maintaining the operational efficiency of the hatchery, which plays a vital role in fish conservation and management. Proposals are due by April 15, 2025, and interested contractors must provide their SAM Unique Entity Identifier, a completed quote schedule, and past performance records to be considered. For further inquiries, contact Lee Riley at leeriley@fws.gov or call 404-679-4158.
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.
ND GARRISON DAM NFH DRAIN LINE
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the replacement of the West Unit Drain Line at the Garrison Dam National Fish Hatchery. This project involves the replacement of approximately 25 linear feet of drain line with new PVC piping, requiring contractors to provide all necessary materials, labor, and equipment while adhering to environmental regulations and safety protocols. The work is critical for maintaining the hatchery's water infrastructure and ensuring compliance with health and safety standards. The estimated budget for this firm fixed-price construction project is between $25,000 and $100,000, with a performance period set from April 11, 2025, to May 30, 2025. Interested contractors should contact Jerry Perry at JerryPerry@fws.gov or call 703-358-1782 for further details and to submit their bids.
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.
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.
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.
WY-JACKSON NFH-SEPTIC SYSTEM
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors for the construction of a new septic system at the Jackson National Fish Hatchery in Wyoming. The project involves the procurement, transport, and installation of a 2000-gallon concrete septic tank with multiple components, ensuring compliance with Teton County regulations to provide sewage services for the Volunteer Complex. This initiative is crucial for maintaining environmental standards and operational efficiency at the facility, which supports various activities including RV accommodations. Proposals must be submitted by April 8, 2025, with construction scheduled to commence no earlier than May 15, 2025, and complete by May 30, 2025. Interested parties can contact John Ferrall at johnferrall@fws.gov or 571-547-3230 for further information.
MN-FWS DIV OF FACLTS MGMT-PLOW
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotes for the procurement of a V-Plow compatible with existing equipment, intended for delivery to the Seney National Wildlife Refuge by July 31, 2025. The specifications for the V-Plow include a cutting edge width of 9'8", a maximum total width of 10'8", and a maximum height of 6', with specific material and compatibility requirements to ensure functionality with a John Deere loader model 444J. This procurement is crucial for maintaining operational efficiency at the refuge, emphasizing the need for durable and compatible equipment. Interested suppliers must submit their quotes by April 8, 2025, and can direct inquiries to Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
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.
Bird Collision Deterrent Film Material and Install
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors to provide and install Bird Collision Deterrent Film on the windows of the Headwaters Lodge at the National Conservation Training Center (NCTC) in Shepherdstown, West Virginia. The project aims to mitigate bird collisions by installing approximately 3,165 square feet of specialized film on 22 designated windows, with the installation expected to be completed by June 30, 2025. This initiative is crucial for enhancing wildlife conservation efforts and ensuring the safety of birds in the area. Interested contractors must submit their signed quotes, including technical descriptions and pricing, by April 7, 2025, and can contact Merenica Banks at merenicabanks@fws.gov for further information.