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
    Description

    The U.S. Fish and Wildlife Service is seeking proposals for generator maintenance services at the Columbia River Gorge Complex, specifically for three hatcheries: Little White Salmon NFH, Spring Creek NFH, and Willard NFH. The contract, structured as a total small business set-aside, requires vendors to provide routine maintenance and emergency repairs for five generators, ensuring their reliable operation throughout the performance period from April 1, 2025, to April 1, 2026, which includes a one-year base period and four option years. This procurement is vital for maintaining operational efficiency and supporting federal fish conservation efforts. Interested small businesses must submit their proposals by March 19, 2025, and can contact Oscar Orozco at oscar_orozco@fws.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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
    Idaho Custom Fish Feeding System Installation
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the installation of a custom-designed automated fish feeding system at the Clearwater Fish Hatchery in Ahsahka, Idaho. This project, designated under solicitation number 140FS125Q0043, is a total small business set-aside and aims to enhance fish propagation by accommodating 1.9 million Chinook salmon and 900,000 Steelhead through modern feeding technology. The installation will require the contractor to ensure proper positioning, power connections, and functionality of the system, adhering to safety regulations due to the proximity to water and live fish. Quotes are due by March 12, 2025, with site visit requests accepted until March 5, 2025; interested parties should contact Chelsea Devivo at chelseadevivo@fws.gov for further information.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fredriley@fws.gov or call 413-253-8738.
    Source Sought - LLA Fish Pump - MCC and Electrical Upgrades
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking expressions of interest from both large and small businesses for the LLA Fish Pump - MCC and Electrical Upgrades project. This Sources Sought Synopsis aims to assess market capabilities for the rehabilitation of fish pumps at the Lower Granite Lock and Dam, which includes the redesign of rewinds and bearings, as well as the procurement and installation of new Motor Control Centers (MCCs) with modernized control systems. The project is crucial for enhancing the reliability and performance of fish passage systems, reflecting the government's commitment to infrastructure and environmental stewardship. Interested firms must submit a capabilities package by April 7, 2025, to Zachary Newby at zachary.s.newby@usace.army.mil, and must be registered in the System for Award Management (SAM) to participate.
    LMA Emergency Generator Rental
    Buyer not available
    The U.S. Army Corps of Engineers, specifically the Department of Defense, is soliciting quotes for the rental of an Emergency Diesel Generator for the Lower Monumental Dam in Kahlotus, Washington. The procurement requires an outdoor-rated packaged diesel generator, complete with a transfer switch and necessary cabling, for a rental period of six months, primarily to serve as a standby generator. This equipment is crucial for ensuring operational readiness and reliability in power supply at the facility. Interested small businesses must submit their quotes in response to solicitation number W912EF25Q0016, and inquiries should be directed to Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil or by phone at 509-527-7010, with compliance to GSA regulations and SAM registration required for eligibility.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    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 U.S. Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The procurement aims to replace the main building generators and related equipment, requiring the selected contractor to provide all necessary management, personnel, materials, and equipment under a firm-fixed-price contract exclusively for small businesses. This project is crucial for ensuring operational continuity for the facility, which serves approximately 600 retired military personnel, and compliance with federal regulations is mandatory. Interested contractors must submit their proposals electronically by March 14, 2025, and can direct inquiries to Kaity Eaton or Paul White at purchasing@fiscal.treasury.gov.
    91--CO-NATL BLCK-FTD FERRET-PROPANE 5-YEAR BPA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for propane delivery services at the National Black-footed Ferret Conservation Center, with the contract period running from March 17, 2025, to March 16, 2030. The procurement aims to ensure consistent propane supply for heating facilities that house and care for endangered black-footed ferrets, particularly during colder months, thereby supporting conservation efforts. Interested vendors must demonstrate technical capability, past performance, and compliance with federal regulations, including labor standards and business ownership representations. Proposals are due by March 12, 2025, and should be submitted via email to Dana Arnold at danaarnold@fws.gov, with detailed pricing and company information included.
    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.
    ID-FWS DWORSHAK-NPDES TESTING FY25
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho, with a performance period spanning from April 1, 2025, to September 30, 2029. The procurement aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, reflecting the government's commitment to environmental integrity. This opportunity is a Total Small Business Set-Aside, inviting eligible small businesses to participate, with quotes due electronically by March 17, 2025. Interested vendors must be registered in the System for Award Management (SAM) and comply with federal regulations, including adherence to wage determinations set forth by the U.S. Department of Labor.
    HI-PCFC ISLNDS FWO-NATRL RSRCS SUPP SVCS
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified small businesses to provide Marine Natural Resource Support Services for the Pacific Islands Fish and Wildlife Office, specifically for projects at Wake Atoll. Contractors must possess valid U.S. Coast Guard Captain’s licenses, have prior experience with vessel operations and SCUBA, and be residents of Hawaii, as the services will include operating vessels for scientific diving, conducting inspections for SCUBA tanks, and managing logistics for field operations. This procurement emphasizes environmental conservation and compliance, with a contract performance period from April 1, 2025, to April 1, 2026, and a potential one-year extension. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and interested parties can contact Oscar Orozco at oscarorozco@fws.gov for further information.