59--NOTICE OF INTENT TO AWARD A SOLE SOURCE
ID: DOIFFBO250052Type: 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

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract for the procurement of custom VHF patagial transmitters, which are essential for tracking the critically endangered California condor. The transmitters, manufactured exclusively by Advanced Telemetry Systems, Inc., must meet specific requirements, including being lightweight, having a battery life of at least 24 months, and featuring a mortality mode, to effectively support the California Condor Recovery Program. This acquisition is justified due to the unique nature of the equipment and the urgency of the wildlife tracking efforts, with the contract being set aside for small businesses under FAR 19.5. Interested parties can reach out to John Skogen at Jack_Skogen@fws.gov or by phone at 612-713-5210 for further details.

    Point(s) of Contact
    Skogen, John
    (612) 713-5210
    (303) 236-4791
    Jack_Skogen@fws.gov
    Files
    Title
    Posted
    The document outlines a sole source justification request by the U.S. Fish and Wildlife Service (USFWS) for purchasing custom VHF patagial transmitters necessary for tracking California condors, a critically endangered species. The analysis indicates that Advanced Telemetry Systems, Inc. is the only manufacturer capable of producing these specialized transmitters, which are crucial for the California Condor Recovery Program. Extensive market research confirmed that no other vendors offer comparable products that meet the stringent specifications required for the safe tracking of condors. The transmitters must be lightweight, have a battery life of at least 24 months, and possess unique features like a mortality mode. The document concludes with a recommendation for sole-source acquisition approval, highlighting that Advanced Telemetry Systems, Inc. has consistently provided excellent service. This justifies the acquisition approach under federal regulations for purchases below the Simplified Acquisition Threshold due to the unique nature of the required equipment and the urgency of tracking endangered wildlife effectively.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    7G--Special Notice of Intent to Sole Source Award
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, has issued a special notice of intent to award a sole-source contract for Biomark RFID systems. This procurement is aimed at acquiring compatible equipment necessary for monitoring bat populations at various roosts impacted by dam removal projects on the Klamath River, where existing installations of Biomark systems require the same brand for accurate data comparison. The urgency of this acquisition is underscored by the limited availability of alternatives that can ensure cross-compatibility with the existing systems, making Biomark the only viable supplier. Interested parties can reach out to Carter Duke at carterduke@fws.gov for further inquiries regarding this opportunity.
    7A--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is planning to award a sole source contract for the Enerdeq web platform, provided exclusively by S&P Global, to facilitate access to essential oil and gas data for managing its refuges. This procurement is critical as it allows FWS to efficiently compile and utilize standardized data, which would otherwise be costly and time-consuming to gather independently. Since 2014, FWS has relied on this annual subscription, valued at approximately $45,000, to support its conservation efforts through reliable data management. Interested parties can reach out to John Skogen at JackSkogen@fws.gov or call 612-713-5210 for further inquiries regarding this opportunity.
    58--ACOUSTIC RECEIVERS & TRANSMITTERS
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey, is seeking suppliers for acoustic receivers and transmitters as part of a federal contract opportunity. This procurement aims to acquire specialized underwater sound equipment, classified under the NAICS code 334290, which is crucial for various geological and environmental monitoring applications. The selected vendor will play a vital role in enhancing the agency's capabilities in underwater acoustics, which is essential for research and data collection in aquatic environments. Interested parties can reach out to Elizabeth Adam at eadam@usgs.gov or call (916) 278-9441 for further details regarding this opportunity.
    F--Predator Control at Attwater Prairie Chicken NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for predator control services at the Attwater Prairie Chicken National Wildlife Refuge (NWR). The primary objective of this procurement is to manage and mitigate predator populations that threaten the habitat and survival of the Attwater Prairie Chicken, a species of concern. Effective predator control is crucial for the conservation efforts aimed at protecting this endangered bird and its ecosystem. Interested contractors can reach out to Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321 for further details regarding this special notice.
    D--Special Notice of Intent to Sole Source Award
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), has issued a special notice of intent to award a sole source contract for IT and telecom business application development support services. This procurement aims to secure specialized services under the NAICS code 541519, which encompasses other computer-related services, to enhance the FWS's IT capabilities. The selected contractor will play a crucial role in supporting the agency's IT infrastructure and application development needs. Interested parties can reach out to Lorenzo Aragon at lorenzoaragon@fws.gov or by phone at 505-248-6627 for further details regarding this opportunity.
    HF TRANSCIEVER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of HF Transceivers through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses and falls under the NAICS code 334416, which pertains to the manufacturing of capacitors, resistors, coils, transformers, and other inductors. The HF Transceivers are critical for marine communication and operational readiness, ensuring effective communication capabilities within the Coast Guard's operations. Interested vendors should reach out to Nina Crosby at NINA.M.CROSBY@USCG.MIL or call 410-762-6658 for further details regarding the submission process and requirements.
    S--FWS PUERTO RICAN PARROT ESFO SECURITY
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking quotes for security and surveillance services for the Puerto Rican Parrot Recovery Program at the Iguaca Aviary in Rio Grande, Puerto Rico. The procurement involves providing unarmed guard services over a specified number of hours per week, with a contract structured for a base year and four optional years, aimed at safeguarding the endangered Puerto Rican parrots from theft, vandalism, and harm. This initiative underscores the importance of wildlife protection and conservation efforts, while also promoting small business participation in federal contracting, as the solicitation is a 100% Small Business Set-Aside. Interested vendors must submit their quotes and any inquiries to Contract Specialist Lee Ann Riley by March 19, 2025, at 3:00 PM EDT, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    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.
    TX-UVALDE NFH-TILT OVER DECK TRAILER
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide a 21K tilt-over deck trailer for the Uvalde National Fish Hatchery in Texas. The procurement requires vendors to meet specific technical specifications, including a gross vehicle weight rating (GVWR) of 21,000 lbs, and to deliver the trailer within 90 days post-contract award to the designated location. This equipment is essential for the hatchery's operations, supporting the agency's mission to manage and conserve fish and wildlife resources. Interested parties must submit their quotations by March 14, 2025, and can direct inquiries to Mack Washington at mackwashington@fws.gov or by phone at 404-679-4033.
    Repair of Transponder
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified contractors for the repair of transponder devices under a Combined Synopsis/Solicitation. The procurement involves the repair of a specific transponder (NSN: 5841-01-671-1495, Part Number: 4079100-0522) and may include additional units as needed, emphasizing the importance of maintaining critical aviation equipment for operational readiness. Contractors must comply with the Federal Acquisition Regulation and demonstrate technical capabilities, including access to necessary certifications and documentation. Interested parties should contact Shavon M. Smith at Shavon.M.Smith@uscg.mil or 252-384-7409 for further details, with wage determinations applicable under the Service Contract Act outlined in the attached documents.