J--WA LITTLE WHITE SALMON NFH GEN MAINT
ID: 140FS125Q0050Type: Solicitation
AwardedMay 12, 2025
$48.4K$48,369
AwardeeBAMAJACK, LLC 8481 W WATERGATE RD Lake City MI 49651 USA
Award #:140FS125P0119
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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.
    Generators - 400kW & Below
    Homeland Security, Department Of
    The Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement of generators rated at 400kW and below. This contract aims to support FEMA's emergency response operations by providing various sizes of generators, associated shipping, external fuel tanks, and on-site training, with a base performance period from February 21, 2026, to February 20, 2027, and an option year extending to February 20, 2028. The generators must meet stringent specifications, including Tier 4 Final EPA compliance, and will be delivered to multiple locations, both domestic and overseas. Interested vendors must submit their proposals by 12:00 PM EST on January 13, 2026, and are encouraged to contact Oneko Dunbar at Oneko.Dunbar@fema.dhs.gov or Danielle Sweetney at Danielle.Sweetney@fema.dhs.gov for further information.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    Generators - 401kW & Above
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract to procure generators rated at 401kW and above, including associated shipping and on-site training. This procurement aims to enhance FEMA's emergency response capabilities by updating their fleet with compliant generators that meet Tier 4 Final EPA standards, which are essential for operations both within the Continental United States (CONUS) and Outside Continental United States (OCONUS). The contract will span from February 2026 to February 2029, with a minimum guaranteed amount of $540,000, and proposals must be submitted by January 13, 2026, at 12:00 PM EST. Interested vendors should contact Oneko Dunbar or Danielle Sweetney for further details and ensure they are registered in the System for Award Management (SAM) prior to contract award.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory located in Turners Falls, Massachusetts. The contract encompasses comprehensive maintenance, including quarterly inspections and responses to service calls, with a focus on ensuring the efficient operation of various HVAC systems, including boilers and air handlers. This opportunity is a total small business set-aside under NAICS code 238220, with a contract duration of one year and four optional one-year extensions, and is valued at a ceiling of $50,000 for time-and-materials. Interested parties must submit their quotes by December 22, 2025, and are encouraged to attend a site visit scheduled for December 17, 2025; inquiries can be directed to Susan Ruggles at sruggles@usgs.gov.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    Z--ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of a diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon above-ground tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank, and reconnection of supply lines for an emergency generator. This upgrade is crucial for maintaining operational efficiency and safety standards at the hatchery, which will continue operations during the project. Interested contractors should note that quotes are due by January 13, 2026, with a site visit scheduled for January 7, 2026, and all inquiries must be directed to Christa Garrigas at christagarrigas@fws.gov by January 8, 2026. The estimated construction cost is between $25,000 and $100,000, with work expected to commence on January 20, 2026, and conclude by February 20, 2026.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.