J--WA LITTLE WHITE SALMON NFH GEN MAINT
ID: 140FS125Q0050Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 5, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 7:00 PM UTC
Description

The U.S. Fish and Wildlife Service is seeking proposals for general maintenance services for generators at the Columbia River Gorge Complex, specifically at the Little White Salmon National Fish Hatchery, Spring Creek NFH, and Willard NFH. The contract is structured as a total small business set-aside and includes a performance period from April 1, 2025, to April 1, 2026, with options for four additional years. This maintenance is crucial for ensuring the reliable operation of five generators that support federal fish conservation efforts. Interested small businesses must submit their proposals by March 19, 2025, and can direct inquiries to Oscar Orozco at oscar_orozco@fws.gov.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 5:07 PM UTC
The document outlines the terms and conditions applicable to a contract under the Services Under SAT, focusing on federal acquisition policies relevant to commercial products and services. It highlights key clauses from the Federal Acquisition Regulation (FAR) and Department of the Interior (DOI) regulations, including invoicing procedures via the Invoice Processing Platform (IPP), contractor performance evaluations through the Contractor Performance Assessment Reporting System (CPARS), and compliance with various statutory requirements. The document specifies obligations for contractors, such as electronic submission of payment requests, participation in past performance evaluations, and adherence to environmental and ethical standards including waste reduction and biobased product reporting. It also emphasizes the importance of system integrity in contracting practices by referencing laws governing procurement from U.S. entities, anti-trafficking measures, and labor standards. The comprehensive nature of the document establishes a framework for managing contractor responsibilities, compliance requirements, and performance assessments, essential for maintaining transparency and accountability in government contracts.
Apr 4, 2025, 5:07 PM UTC
The document is a response to requests for information concerning generator specifications at a hatchery. It identifies two generators: the Upper hatchery generator is an Onan Genset (Cummins) Model 450-DFEC, with Serial Number L920495060, while the Lower hatchery generator is an Onan Genset (Cummins) Model 350-DFCC, Serial Number B930500364. The main purpose of this document is to provide essential technical details specific to the generators to assist in potential procurement or maintenance inquiries related to federal grants or RFPs concerning the hatchery's operational needs. The clarity in identifying serial numbers suggests an emphasis on accurate documentation for regulatory compliance and service continuity.
Apr 4, 2025, 5:07 PM UTC
The document is an amendment related to the solicitation number 140FS125Q0050, modifying the terms of a federal contract or order. It states that offers must acknowledge receipt of the amendment prior to the specified deadline, which has been extended to March 26, 2025, at 1200 Pacific Time. The period of performance for the associated contract extends from April 1, 2025, to March 31, 2026. Contractors are instructed to reference the solicitation ID in their electronic communications when submitting offers or changes. The amendment aims to update details while ensuring compliance with the Federal Acquisition Regulation (FAR). All other terms and conditions of the original document remain unchanged, reaffirming the continuation of the procurement process. This amendment is particularly relevant for vendors participating in federal RFPs, signaling important deadlines and compliance expectations for contract submissions.
Apr 4, 2025, 5:07 PM UTC
The government document pertains to the amendment of solicitation number 140FS125Q0050, involving updates to a contract or order. Key modifications include an extension of the bid submission deadline to April 2, 2025, and the incorporation of responses to vendor inquiries along with revised provisions and clauses. The amendment describes specific procedures for acknowledging receipt and allowing for modifications to existing bids via written or electronic communication. It states that offers must be submitted prior to the specified date and outlines the contract's effective period from April 7, 2025, to April 6, 2026. The document emphasizes the importance of referencing the solicitation ID in any communications. Overall, this amendment provides essential updates for vendors participating in the solicitation process, ensuring transparency and adherence to regulations.
Apr 4, 2025, 5:07 PM UTC
The document is an amendment to solicitation number 140FS125Q0050, which pertains to a government contract modification. It extends the bid deadline to April 7, 2025, at 12:00 PM Pacific Time. The amendment allows for vendors to adjust previously submitted offers through various acknowledgment methods including electronic communication. The contract's performance period is set from April 10, 2025, to April 10, 2026. Additionally, it emphasizes the importance of acknowledging receipt of the amendment to avoid rejection of offers. The amendment appears to follow federal regulations governing solicitation changes, outlining necessary communication protocols for interested contractors. Overall, this amendment facilitates transparency and proper procedural adherence for contractors involved in the bidding process.
Apr 4, 2025, 5:07 PM UTC
The U.S. Fish and Wildlife Service seeks proposals for generator maintenance services at the Columbia River Gorge Complex, specifically three hatcheries: Little White Salmon NFH, Spring Creek NFH, and Willard NFH. The contract is structured as a total small business set-aside, with a performance period from April 1, 2025, through April 1, 2026, including a one-year base period and four option years. Offerors must be small businesses under the NAICS code 811310, verified by the System for Award Management (SAM). The selection will be based on the Lowest Price Technically Acceptable (LPTA) evaluation method, requiring vendors to demonstrate prior experience with similar projects and hold relevant certifications for servicing multiple generator brands. Services will encompass routine maintenance and emergency repairs, ensuring reliable operation for five generators located across the three sites. Proposals must be submitted by March 19, 2025. The document outlines key requirements, meeting specifications, and necessary compliance clauses related to service contracts and labor standards. This solicitation reinforces the commitment to maintaining habitat management and operational efficiency in federal fish conservation efforts.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
CO-ROCKY MTN ARSENL NWR-GEOTHERMAL WELL REHABILITA
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for geothermal well rehabilitation services at the Rocky Mountain Arsenal National Wildlife Refuge in Commerce City, Colorado. The primary objective of this procurement is to repair identified leaks in the geothermal heating systems, which includes replacing flange gaskets and insulation, as well as flushing and recharging the system to ensure its operational integrity. This initiative is crucial for maintaining sustainable energy systems within the refuge, which plays a vital role in wildlife conservation efforts. Interested small businesses must submit their quotes by May 2, 2025, and can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further information.
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.
Z--Turbine Runner Cavitation Repair, Hungry Horse Field Office
Buyer not available
The U.S. Department of the Interior, through the Bureau of Reclamation's Pacific Northwest Region, is seeking a contractor for a five-year Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) construction contract focused on turbine runner cavitation repair at the Hungry Horse Dam in Montana. The primary scope of work includes welding and grinding tasks necessary for turbine runner weld repairs, which are critical for maintaining the integrity and functionality of the dam. This initiative, reserved exclusively for small businesses under the NAICS code 238190, has a total contract ceiling of $3 million, emphasizing the government's commitment to engaging small enterprises in vital infrastructure projects. Interested contractors must be registered in the System for Acquisition Management (SAM), with the solicitation expected to be issued in March 2025; for further inquiries, contact Heather Cagle at hcagle@usbr.gov or call 208-378-5039.
WA-MCNARY MAINT SHOP-UTV TRAILER SPRAYER
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is soliciting quotes for the procurement of a utility vehicle (UTV), trailer, and sprayer to support biological management activities in Central Washington. The procurement specifically requires a Kubota RTV-X1100CWL-A or an equivalent UTV with features such as a 23hp diesel engine, hydraulic dump bed, and off-road capabilities, along with a bumper-pull trailer and a 100-gallon UTV-mounted sprayer for herbicide applications. This equipment is crucial for enhancing the efficiency of wildlife management operations. Interested small businesses must submit their quotes by May 1, 2025, and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
Source Sought - LLA Fish Pump - Motor Rewind
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking responses from qualified businesses for a sources sought notice regarding the LLA Fish Pump - Motor Rewind project. This initiative involves the professional rewind and bearing redesign of three electric motors at the Lower Granite Lock and Dam, with a focus on enhancing reliability and performance to ensure effective fish passage. The project requires contractors to refurbish two 800 horsepower motors and one dual-speed motor (350/800 horsepower), adhering to specified timelines and shipping regulations in accordance with ASTM standards. Interested firms must submit a capabilities package by 11:00 AM (PST) on May 1, 2025, to Zachary S. Newby at zachary.s.newby@usace.army.mil, and must be registered in SAM to be eligible for future contract awards.
Generator Maintenance Services
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors to provide generator maintenance services at the Dale Bumpers National Rice Research Center in Stuttgart, Arkansas. The procurement involves quarterly maintenance of four generators and a fire pump engine over a one-year period, with the possibility of four one-year extensions, ensuring the reliability of backup power systems critical for agricultural research operations. This total small business set-aside opportunity, under NAICS Code 811310, emphasizes compliance with federal labor standards, including wage determinations and contractor qualifications. Interested vendors must submit their quotes electronically by 3:00 PM Central Time on May 15, 2025, and are encouraged to contact Frank Palmer at frank.palmer@usda.gov for further inquiries.
Z--GAOA - Browns Park NWR Butler Storage Building Reh
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge in Maybell, Colorado. The project aims to enhance the building's functionality, safety, and energy efficiency, involving significant renovations such as replacing bay doors, updating lighting and ventilation systems, and installing safety features like emergency showers and GFCI outlets. This initiative underscores the government's commitment to maintaining and upgrading federal facilities to meet modern standards. Interested contractors must submit their proposals by May 8, 2025, with a budget range of $250,000 to $500,000, and can direct inquiries to Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349.
Generator Replacement Services
Buyer not available
The Department of the Treasury, through the Bureau of the Fiscal Service, is soliciting quotes for generator replacement services at the Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. This procurement aims to secure a contractor to provide comprehensive management, supervision, personnel, materials, and specialized equipment necessary for replacing the main building generators and associated equipment, under a firm-fixed-price contract exclusively for small businesses. The project is critical for ensuring reliable power systems for the facility, which serves approximately 600 retired military personnel, while adhering to federal safety and accessibility standards. Interested vendors must submit their electronic quotations by May 2, 2025, and direct any inquiries to purchasing@fiscal.treasury.gov or kaity.eaton@fiscal.treasury.gov by February 21, 2025.
F--Synopsis: FISH MARKING IDIQ - OR WA ID
Buyer not available
The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking industry feedback for a proposed multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract for fish marking services in Oregon, Washington, and Idaho. This opportunity aims to establish standards for tagging and marking fish, emphasizing the importance of training, adherence to fish handling standards, and maintaining high tag retention rates to support effective wildlife management. Interested vendors are encouraged to review the attached Fish Marking Standards document and provide comments, with the solicitation expected to be announced under full and open competition within the NAICS code 561320, Temporary Help Services, which has a size standard of $34 million. For further inquiries, potential contractors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
Sources Sought - Mud Mountain Dam (MMD) Fish Passage Facility (FPF) Trucking Services
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified small business firms to provide trucking services for the transportation of live salmonids from the Mud Mountain Dam Fish Passage Facility (FPF) to designated release sites in Enumclaw, Washington. The contractor will be responsible for supplying up to four trucks equipped to transport fish, ensuring compliance with safety regulations, and monitoring transport conditions, particularly dissolved oxygen levels, during operations scheduled from July to October 2025. This initiative is part of a broader effort to enhance fish populations and habitats, reflecting the government's commitment to environmental stewardship and effective resource management. Interested firms must submit their qualifications and contact information to Brantley Dowell at brantley.w.dowell@usace.army.mil by 12:00 PM PDT on May 2, 2025, and must be actively registered in the System for Award Management (SAM.gov).