SPECIAL NOTICE
70 -- 7G--SPECIAL NOTICE OF INTENT TO SOLE SOURCE
- Notice Date
- 8/18/2025 9:25:23 AM
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- FWS, IT SERVICES Falls Church VA 22041 USA
- ZIP Code
- 22041
- Solicitation Number
- DOIFFBO250138
- Response Due
- 8/25/2025 2:00:00 PM
- Archive Date
- 09/09/2025
- Point of Contact
- Rawlinson, Mary
- E-Mail Address
-
mary_rawlinson@fws.gov
(mary_rawlinson@fws.gov)
- Description
- Notice of Intent to Sole Source Award THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. U.S. Fish and Wildlife Service, Joint Administrative Operations, Acquisition & Property Operations. USFWS Lyons Ferry Fish Hatchery intends to award a firm fixed price sole source contract under the authority of (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000: Talos Engineering INC. 290 Torbett Street Richland, WA 99354-2664 The North American Industry Classification System (NAICS) code for this requirement is 541511, Custom Computer Programming Services. This is a unique service, currently being provided by Talos Engineering. Lyons Ferry Fish Hatchery located in Starbuck, WA, needs to replace their 18-year old alarm paging system. Recently these radios and pagers have been starting to fail adding increased risk for a mass fish kill event if a critical system fails when hatchery personnel are off site. Lyons Ferry annually rears over 500,000 endangered salmon and steelhead and hatchery water is supplied by remote pumps at Marmes. Talos Engineering installed the original alarm system and performs all of the annual maintenance and upgrades on the system. They have the necessary knowledge on the hatcheries SCADA system to be able to show up and fix the system when it goes down. This synopsis does not constitute a solicitation; however, if any interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: Mary_Rawlinson@fws.gov. NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a9748bbd7de64b15ab7dc1f3ecc512b6/view)
- Record
- SN07554634-F 20250820/250818230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |