59--NOTICE OF INTENT TO AWARD A SOLE SOURCE
ID: DOIFFBO250126Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT GOODSFalls Church, VA, 22041, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source purchase order to Biomark LLC for the acquisition of specialized equipment, including Biomark APT 12 Pre-Load Trays and various submersible antennas, essential for fish population monitoring at the Klamath Falls National Fish Hatchery. This procurement is critical for the effective monitoring and support of endangered sucker species, as Biomark is the only vendor capable of providing the necessary equipment that is compatible with existing systems and has been extensively used by habitat partners. Interested parties may express their capability to respond to this requirement within three calendar days of this notice, which will close on August 6, 2025, at 5:00 PM Central Time; inquiries should be directed to Jack Skogen at jack_skogen@fws.gov.

    Point(s) of Contact
    Skogen, John
    (612) 713-5210
    (303) 236-4791
    Jack_Skogen@fws.gov
    Files
    Title
    Posted
    The document serves as a sole source justification for the U.S. Fish and Wildlife Service's acquisition of passive integrated transponder (PIT) tags and associated equipment from Biomark Inc. for fish population monitoring. The Klamath Falls National Fish Hatchery intends to purchase 57,500 PIT tags and multiple components, including submersible antennas and data loggers. Market research indicates Biomark is the only vendor with the necessary equipment and reasonable pricing; their products are already used extensively by habitat partners for endangered sucker species. The justification cites barriers to competition, highlighting that alternatives are either more expensive or incompatible with existing systems. While no current indefinite delivery/indefinite quantity (IDIQ) contract exists, Biomark has agreed to honor previous pricing. Approval from the Contracting Officer is sought based on the urgency and the uniqueness of the needed equipment. The document emphasizes the need for these resources to effectively monitor and support species recovery, showcasing the commitment to conservation and data collection efficiency.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Wavedivision Holdings, LLC, doing business as Astound Business Solutions, for the provision of monthly fiber optic internet service at the Little White Salmon National Fish Hatchery in Cook, Washington. This procurement is necessary due to the facility's current extremely slow internet speeds, and Astound is the only provider capable of delivering the required service, as they own the existing fiber network and do not allow other providers to utilize it. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until December 9, 2025, to express their interest and capability to respond to this requirement. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    12760423P0011 Intent to award Sole Source for Kaleidoscope Pro Justification
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the Kaleidoscope Pro software, which is essential for wildlife audio recordings. This Commercial off-The-Shelf (COTS) software is designed to assist biologists in conducting wildlife surveys for various species, including bats, birds, and amphibians, by enabling the sorting, auto-classification, and manual vetting of audio species detections. The software's unique features, such as acoustic clustering, noise analysis, and support for both standard and ultrasonic recording formats, play a critical role in long-term monitoring efforts and habitat restoration planning. Interested parties can reach out to Keith Bergstrom at keith.bergstrom@usda.gov for further information regarding this procurement opportunity.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for the procurement of Passive Integrated Transponders (PIT) Tags and associated equipment through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This solicitation replaces the previous solicitation (140R4025F0014) and aims to ensure the availability of essential tagging and tracking equipment used in various environmental and wildlife management applications. Interested parties should note that the solicitation details have been updated on SAM.gov, and for further inquiries, they can contact Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825.
    7G--Passive Integrated Transponders (PIT) Tags & Associated Equipment IDIQ
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking qualified vendors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Passive Integrated Transponders (PIT) Tags and associated equipment. This procurement aims to replace the previous solicitation with a new one identified as 140R4026R0003, which will facilitate the acquisition of essential tracking and monitoring technology used in various environmental and wildlife management applications. The PIT tags and equipment are crucial for ensuring effective data collection and management in ecological studies and resource conservation efforts. Interested parties can reach out to Russell Oaks at rdoaks@usbr.gov or by phone at 801-524-3825 for further details regarding this opportunity.
    GPS/GSM Avian Transmitters
    Buyer not available
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to procure fifty (50) GPS/GSM avian transmitters for its Wildlife Services program in Utah. This procurement aims to fulfill mission requirements related to wildlife management and monitoring. The contract will be a one-time commercial purchase order, with delivery required to Millville, Utah, and is set aside for small businesses under NAICS code 334220. Interested vendors should direct inquiries to Amanda Barbosa at amanda.barbosa@usda.gov, with the anticipated contract effective date being January 1, 2026.
    Rotary Screw Trap
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking quotes for a contract to collect rotary screw trap data from the American and Stanislaus Rivers, aimed at enhancing environmental monitoring related to the Central Valley Project (CVP). The primary objectives include estimating juvenile Chinook salmon and steelhead production, comparing it to adult escapement, and providing real-time data to support ecosystem management. This contract is a 100% small business set-aside, with a Firm-Fixed Price Purchase Order anticipated to span from February 1, 2026, to January 31, 2027, including two option years. Quotes are due by January 7, 2026, and interested parties should contact Margaret Jones at margaretjones@usbr.gov or call 916-978-5450 for further details.
    SCCAO Mesh Screens
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Mid-Pacific Region, is seeking quotations for the procurement of SCCAO Mesh Screens, specifically "Intralox Mesh Screens (Brand Name or Equal)." This small business set-aside opportunity requires the delivery of items including Intralox Rotating Mesh Fish Screens and Sprockets, with a Firm Fixed Price purchase order to be awarded based on the Lowest Price Technically Acceptable criteria, evaluating both technical specifications and price reasonableness. The procurement is crucial for commercial fishing equipment applications, ensuring effective fish screening solutions. Quotes are due by December 12, 2025, at 10:00 AM PST, and interested offerors must contact Joe Molina at joemolina@usbr.gov or call 916-978-5177 for further details, ensuring they are registered in SAM.gov with updated Representations and Certifications.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Buyer not available
    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.
    MT-CHARLES M RUSSELL NWR - OUTBOARD MOTOR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for the procurement of one outboard motor, specifically a Mercury Marine 150XL FourStroke or an approved equivalent, as part of a Total Small Business set-aside initiative. The motor, which is critical for operations at the Charles M. Russell National Wildlife Refuge in Fort Peck, Montana, must meet specific technical specifications, including a 150 horsepower output and Smartcraft compatibility, among others. Interested vendors are required to submit their quotes by December 19, 2025, with delivery expected by February 2, 2026, and must ensure compliance with all outlined specifications to demonstrate equivalency. For further inquiries, vendors can contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    SOLE SOURCE / LIMITED COMPETITION – PROCUREMENT OF TR-333 HYDROPHONE HOUSINGS – PSC 5845 – NAICS 332710
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure TR-333 Hydrophone Housings (P/N 6029163-301) on a sole source basis for use in the manufacture of hydrophones for the SP24 TRIDENT system. These housings are critical components that will serve as replacement assets during normal refit and replenishment operations, and the procurement aims to avoid significant costs and delays associated with qualifying new suppliers. The contract will be a non-commercial, 5-year, firm-fixed-price indefinite-delivery indefinite-quantity (IDIQ) agreement, with the intention to award to one of the current certified sources: Stark Precision Machine LLC, D & D Automation Inc, or Enjet Aero Terre Haute LLC. Interested vendors must be registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to access the necessary technical drawings and submit capability statements to the primary contact, Jessica Sanders, at jessica.a.sanders26@us.navy.mil, by the specified deadlines.