BIOLOGICAL TECHNICAL SUPPORT AND PUBLIC SAFETY CON

SOL #: 140FS326Q0047Solicitation

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS SAT TEAM 3
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

Animal And Fisheries Studies (B516)

Set Aside

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

Timeline

1
Posted
Apr 16, 2026
2
Submission Deadline
Apr 23, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The U.S. Fish and Wildlife Service (USFWS), under the Department of the Interior, is seeking a Biological Technical Support and Public Safety Contractor for the Cabo Rojo National Wildlife Refuge (NWR) and the broader Caribbean Islands Refuges Complex. This is a Firm-Fixed-Price, Total Small Business Set-Aside solicitation for services including biological monitoring, data management, restoration support, and public engagement. Proposals are due April 23, 2026.

Scope of Work

The contractor will provide high-level biological technical support and public safety oversight. Key responsibilities include:

  • Biological Monitoring & Field Surveys: Conducting wildlife and plant surveys, developing sampling protocols, monitoring vegetation, and leading coastal bird breeding programs.
  • Data Management, Analysis & Reporting: Analyzing biological data, managing databases within USFWS systems, and producing GIS habitat maps.
  • Restoration & Project Management Support: Providing technical guidance for habitat restoration, drafting NEPA documents, executing field surveys for resource protection, coordinating field logistics and safety, and managing invasive species removal.
  • Public Engagement & Visitor Services: Supporting Visitor Center operations, providing public safety and visitor orientations, assisting with environmental education, and participating in community outreach.
  • Restoration & Operations Support: Assisting with field restoration projects and processing Special Use Permits.

Contract Details

  • Contract Type: Firm-Fixed-Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: B516 (Animal And Fisheries Studies)
  • Period of Performance: One (1) Base year with Four (4) Option years. The anticipated start date is May 2026 or from award date.
  • Response Due: April 23, 2026, 5:00 PM ET
  • Published Date: April 16, 2026

Submission & Evaluation

  • Submission: Proposals must be submitted as a single consolidated PDF file. Quotes must include hourly, monthly, annual, and grand total costs for the five-year period. A Unique Entity Identifier (UEI) number and a narrative description of capability are required.
  • Evaluation Factors: Price, acceptable specification/proposal, and past performance (CPARS/FAPIIS and Contracting Officer's knowledge).
  • Award: The Government will award to the responsible offeror whose offer is most advantageous, considering price and other factors.

Special Requirements & Notes

  • Qualifications: Bachelor's degree in Biology, Wildlife Management, Ecology, or Natural Science; specialized experience in biological surveys, GPS data collection, and database management; technical proficiency in biological field techniques, local flora/fauna identification, and GIS tools.
  • Knowledge, Skills, and Abilities (KSAs): Knowledge of Caribbean flora/fauna (including endangered species), ability to communicate complex biological information, proficiency in I&M protocols, and ability to troubleshoot field equipment and use advanced GIS software.
  • Personnel: Must possess a valid Puerto Rico driver's license, obtain USFWS motor vehicle certifications, and have a valid, current background check/security clearance. Willingness to travel via vehicle or boat within the Caribbean Islands NWR Complex.
  • Wage Determination: Bidders must account for the U.S. Department of Labor Wage Determination (No. 2015-5705, Revision No. 26) for Puerto Rico, which specifies minimum wage rates and fringe benefits for various occupations. This is crucial for accurate labor cost estimation.
  • Invoicing: Electronic invoicing via the Invoice Processing Platform (IPP) is required.
  • Contact: Chantal Bashizi, chantal_bashizi@ios.doi.gov, 703-358-1854.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 16, 2026
BIOLOGICAL TECHNICAL SUPPORT AND PUBLIC SAFETY CON | GovScope