B--ID-FWS DWORSHAK-NPDES TESTING FY25
ID: 140FS125Q0046Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls Church, VA, 22041, USA

NAICS

Testing Laboratories and Services (541380)

PSC

SPECIAL STUDIES/ANALYSIS- WATER QUALITY (B533)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 6, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 7:00 PM UTC
Description

The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho. The contract aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, over a performance period from April 1, 2025, to September 30, 2029. This procurement is critical for maintaining environmental integrity and compliance with federal regulations, reflecting the government's commitment to ecological sustainability. Interested vendors must submit their offers electronically by April 14, 2025, and can contact Roger Lockhart at roger_lockhart@fws.gov or 404-679-7124 for further information.

Point(s) of Contact
Lockhart, Roger
(404) 679-7124
(404) 679-4057
roger_lockhart@fws.gov
Files
Title
Posted
The document outlines the contract terms and conditions applicable to the acquisition of commercial products and services, particularly those mandated by federal statutes and executive orders. It emphasizes compliance with various Federal Acquisition Regulation (FAR) clauses aimed at ensuring ethical business conduct, such as prohibitions against specific confidentiality agreements, and contributions to small business programs. Key points include provisions against contracting with entities that use prohibited technology, the requirement for prompt payment to small business subcontractors, and the assurance of equitable employment practices. Additionally, clauses related to labor standards, such as minimum wage requirements and employee rights, are crucial for contractors. The contractor is responsible for maintaining records for government audits and must flow down certain clauses to subcontracts. Notably, these regulations encompass diverse areas, from preventing child labor to ensuring service contract labor standards, underscoring the government’s commitment to ethical labor practices in federal contracting. This framework aims to cultivate a fair marketplace while ensuring compliance with public policy objectives.
Apr 8, 2025, 4:05 PM UTC
The document outlines the Wage Determination No. 2015-5511 issued by the U.S. Department of Labor under the Service Contract Act (SCA), applicable in Idaho's specified counties. It establishes minimum wage rates for various occupations effective in 2025, stipulating a minimum wage of at least $17.75 per hour for contracts initiated or extended after January 30, 2022, referencing Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, a minimum wage of $13.30 applies unless a higher rate is mandated. The document also details fringe benefits, including health and welfare compensation, vacation, and paid sick leave requirements. Specific classifications of workers are outlined with corresponding pay rates, highlighting that adjustments occur annually. The document serves to ensure fair labor standards and compliance with wage and benefit regulations among federal contractors, ultimately emphasizing worker protection and the commitment to upholding employment standards in government contracts. Key regulatory insights and requirements for unlisted jobs and conformance processes are also included, reinforcing compliance with labor laws.
Apr 8, 2025, 4:05 PM UTC
This document is an amendment (Amendment 0001) to solicitation number 140FS125Q0046, issued by the Federal government, specifically related to a contract modification process. The main purpose is to formally modify the submission deadline for offers, which is now extended to March 28, 2025, at 1400 ED. The amendment also outlines the procedures for acknowledging receipt of this change, emphasizing the importance of submitting acknowledgment prior to the stated deadline to avoid rejection. Other details include the effective dates for the contract period, which spans from April 1, 2025, to September 30, 2029, and the stipulation that all terms and conditions outside the amendment remain unchanged. The document stresses compliance with current Department of Interior policies impacting performance dates. It requires documentation and communication references to the solicitation and amendment for any changes to previously submitted offers. The structure includes sections detailing the modification reason, acknowledgment requirements, and contract specifics, ensuring clarity and adherence to federal procurement procedures. This amendment represents the government’s procedural approach to contract oversight and management, vital for maintaining order and efficiency in public procurement practices.
Apr 8, 2025, 4:05 PM UTC
The document outlines Amendment 0002 to solicitation number 140FS125Q0046, issued by the Federal Government, detailing necessary acknowledgments required from contractors regarding the solicitation's modifications. Contractors must acknowledge receipt of this amendment through specified methods prior to the deadline to avoid rejection of their offers. The amendment includes updates to FAR Clause 52.212-5 concerning contract terms and conditions for commercial items, along with a notice about the potential lag in system updates versus policy updates related to representations in the System for Award Management (SAM). Additionally, while this amendment does not extend the submission deadline for offers, it reinforces the period of performance, scheduled from April 1, 2025, to September 30, 2029. Subsequently, contractors are informed that all prior terms and conditions remain unchanged. This amendment is a critical administrative function in the RFP and contract modification process, ensuring all parties are informed of necessary adjustments to compliance and documentation, fitting within the context of federal contracting regulations.
Apr 8, 2025, 4:05 PM UTC
The document outlines Amendment 0003 to solicitation 140FS125Q0046, which modifies existing contract details. It primarily serves to extend the deadline for offers to April 14, 2025, at 3:00 PM Eastern Daylight Time. The period of performance is set from April 1, 2025, to September 30, 2029. The amendment emphasizes that bidders must acknowledge receipt of this amendment to ensure their offers are considered. It also stipulates that proposed changes to already submitted offers can be communicated in writing or electronically but must reference the solicitation and amendment information. Aside from the extended submission date, no other changes were made. The contract authority for the amendment is cited as FAR 43.103(b), ensuring that all terms from the original solicitation remain in effect besides the specified modifications. This amendment is a routine part of government contracting processes to clarify submission requirements and update timelines.
Apr 8, 2025, 4:05 PM UTC
The document is a Request for Quotations (RFQ) numbered 140FS125Q0046 issued by the U.S. Fish and Wildlife Service (FWS) for National Pollutant Discharge Elimination System (NPDES) testing at the Dworshak and Kooskia National Fish Hatcheries in Idaho. The RFQ outlines services required over a performance period from April 1, 2025, to September 30, 2029, and includes provisions for both base and option years. The purpose is to ensure compliance with clean water standards through periodic testing of water quality parameters such as total phosphorus and total suspended solids. The RFQ specifically denotes that it is a Total Small Business Set-Aside, inviting quotes from eligible small businesses. Interested vendors must respond electronically by March 17, 2025, including required certifications and compliance with federal regulations. The document emphasizes the importance of registration in the System for Award Management (SAM) and outlines specific clauses and regulations that govern the procurement process, ensuring transparency and accountability. The RFQ encourages environmentally responsible practices in line with federal sustainability initiatives, reflecting the government's commitment to ecological integrity and compliance with applicable environmental laws. Overall, this RFQ serves as an essential document for contracting services aimed at maintaining environmental compliance in federal operations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
NY-MONTEZUMA NWR-HERBICIDE APPLICATION
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified small businesses to provide herbicide application services at the Montezuma National Wildlife Refuge in New York and the Erie National Wildlife Refuge in Pennsylvania. The primary objective of this procurement is to control Common Reed (Phragmites australis) to enhance freshwater marsh habitats, thereby promoting native plant species and supporting waterbird populations. Contractors will be required to demonstrate relevant technical capabilities and past performance, with a mandatory site visit scheduled for April 23-24, 2025, and proposals due by April 30, 2025. Interested parties can contact Keith Rose at keithrose@fws.gov or by phone at 612-713-5423 for further details.
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.
OK-OK ESFO-TSCS NEGOTIATIONS SUPPORT
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide negotiation support for the Tulsa County Smelter Complex Natural Resource Damage Assessment and Restoration Case in Oklahoma. The contractor will be responsible for management, supervision, and non-personnel services, including preparing presentations, reviewing technical information, evaluating settlement offers, and drafting claims related to ecological and cultural damages. This contract is crucial for facilitating effective negotiations with potentially responsible parties and ensuring compliance with environmental laws, with a base period from May 1, 2025, to April 30, 2027, and an option for an additional year. Interested parties should contact William Fluharty at williamfluharty@fws.gov or 703-358-2631 for further details, and must adhere to the small business set-aside requirements outlined in the solicitation.
B--IL-CRAB ORCHARD NWR-SAMPLING VOLUNTEER
Buyer not available
The U.S. Fish and Wildlife Service is seeking qualified contractors to conduct soil sampling and testing at the Crab Orchard National Wildlife Refuge in Illinois. The primary objective is to assess contamination levels, including PCBs, pesticides, and metals, at twelve designated soil sampling locations to ensure compliance with Illinois Environmental Protection Agency standards for potential residential use. This procurement is critical for environmental safety and regulatory compliance, reflecting the government's commitment to responsible stewardship of public health and the environment. Interested contractors must submit firm fixed price proposals by the specified deadline, and for further inquiries, they can contact Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
Dworshak Treatment of Noxious and Pest Weeds
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors to provide non-personal services for the treatment of noxious and pest weeds on lands surrounding Dworshak Dam and Reservoir in Idaho. The contract involves chemical and mechanical treatments targeting various invasive weed species across approximately 168 acres, with specific requirements for herbicide application and adherence to safety and environmental regulations. This initiative is crucial for managing natural resources and ensuring the ecological integrity of the area, which supports recreational activities and public safety. Interested contractors must possess a valid Idaho State Professional Pesticide Applicator’s License and submit proposals by the deadline, with the performance period set from May 1 to August 31, 2025. For further inquiries, contact Gregory Moyer at Gregory.Moyer@usace.army.mil or Sara Edwards at sara.edwards@usace.army.mil.
Yellowstone NP Wastewater Groundwater Monitoring
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for groundwater monitoring services at Yellowstone National Park, specifically near its wastewater treatment plants. The project involves annual monitoring of groundwater and surface water at multiple sites, including Fishing Bridge, Grant Village, Old Faithful, and Madison, with a focus on assessing the impact of wastewater treatment on local water quality. This contract, set aside for small businesses, requires the contractor to monitor 58 well and surface water sites between August 1 and September 30, 2025, with a final report due by February 15, 2026. Interested vendors must submit their proposals, including project narratives and past performance examples, by the specified deadlines, and can direct inquiries to Molly Lynam at MollyLynam@nps.gov.
S--AK-KODIAK ADMIN SITE- CUSTODIAL CONTRACT
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide custodial services for the Visitor Center at Kodiak National Wildlife Refuge in Alaska. The contract, which spans from January 15, 2025, to January 14, 2030, requires the contractor to deliver comprehensive janitorial services, including regular cleaning, maintenance of specific areas, and adherence to environmental standards using eco-friendly cleaning materials. This procurement is crucial for maintaining a clean and sanitary environment in a federal facility, supporting both operational needs and compliance with government regulations. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
Water Lab Analysis Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Water Lab Analysis Services through a combined synopsis/solicitation process. The objective is to establish a Firm Fixed Price Blanket Purchase Agreement for commercial services related to chemical testing of water and hazardous waste characterization, with a focus on compliance with environmental regulations and safety standards. This procurement is crucial for ensuring environmental compliance and public health, as it involves routine and emergency sampling and testing using EPA-approved methods. Proposals must be submitted electronically by 1:00 PM EDT on May 14, 2025, to the designated contacts, Brandon Bolen and Edward A. Huchison, with a total contract value capped at $200,000 for the period from July 1, 2025, to June 30, 2030.
Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP)
Buyer not available
The U.S. Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for Fishery Observer Support Services under the Northeast Fisheries Science Center Observer Program (NEFOP). The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a five-year ordering period from June 8, 2025, to June 7, 2030, aimed at collecting and analyzing environmental, biological, and fisheries operations data to support sustainable fisheries management. This initiative is crucial for ensuring compliance with federal regulations and enhancing the quality of data collected for fishery management, thereby promoting responsible resource management. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a maximum contract value of $19.9 million, including provisions for travel and training reimbursements. For further inquiries, contact Novelle Key at novelle.key@noaa.gov or Kayla Johnson at kayla.johnson@noaa.gov.