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
    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.
    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.
    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.
    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.
    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.
    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
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks must match existing models and meet specific requirements, including features such as a 22-inch screw lid, internal supports, and compliance with ANSI/NSF 61 for potable water. The tanks will be utilized to store potable water for wildlife in drought-prone areas, emphasizing their importance in supporting local ecosystems. Interested small businesses must submit their quotes by December 22, 2025, at 5:00 pm EST, with the contract period of performance set from December 29, 2025, to February 16, 2026. For inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    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.
    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.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.
    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, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    Lab Water Purification
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    B--Notice for EPA Laboratory ESAT Regions 04-05
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is preparing to issue a pre-solicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for laboratory services in EPA Regions 4 and 5. This contract will focus on testing laboratories and services, specifically in the area of chemical and biological special studies and analysis. The anticipated solicitation, expected to be released in December 2025 or January 2026, will be unrestricted with no set-aside, allowing for either a single award or multiple awards, with task orders issued non-competitively to the IDIQ awardees. For further inquiries, interested parties can contact Jeffrey Obirek at obirek.jeffrey@epa.gov or call 312-886-9092.