Skip to main content

An official website of the United States government

You have 2 new alerts

54--MT - CHARLES M RUSSELL NWR - Bison Manual Squeeze Chutes

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Mar 11, 2024 10:55 am EDT
  • Original Response Date: Mar 21, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 05, 2024
  • Initiative:

Classification

  • Original Set Aside:
  • Product Service Code: 5450 - MISCELLANEOUS PREFABRICATED STRUCTURES
  • NAICS Code:
    • 333111 - Farm Machinery and Equipment Manufacturing
  • Place of Performance:

Description

NOTICE OF INTENT TO AWARD SOLE SOURCE FOR CHARLES M RUSSELL NWR, MT for (2) Bison Manual Squeeze Chutes TO LBE LLC.

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 intends to award a firm fixed price sole source contract under the authority of:
FAR 6.302-1 only one responsible source
To
LBE LLC
29 Bronco DR
Three Forks, Montana
59752-9305, United States
¿
The North American Industry Classification System (NAICS) code for this requirement 333111: Farm Machinery and Equipment Manufacturing 1,250.
¿
The object of this sole source award to LBE LLC is to provide (2) Bison Manual Squeeze Chutes to trans-locate live wild bison in support wild bison conservation, as outlined in SO 3410 and BCI-2020. The squeeze chutes are required to handle bison for health sampling and marking. Low stress handling protocols to protect animal welfare are unique and are uncommon in traditional livestock industry standards, therefore the chute needs to meet very specific requirements for safely handling wild bison vs domestic livestock, while also ensuring the safety of the human operator. The use of other chutes would pose a threat to animal welfare and would not meet USFWS operator safety standards.

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: dana_arnold@fws.gov

Contact Information

Contracting Office Address

  • FWS, SAT Team 2 5275 Leesburg Pike
  • Falls Church , VA 22041
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Apr 05, 2024 11:55 pm EDTSpecial Notice (Original)