Opportunity
SAM #DOIFFBO260082
Sole Source Procurement of Magic Valley Heli-Arc Fishpump for Fish Handling Operations
Buyer
USFWS Goods and Services
Posted
May 07, 2026
Respond By
May 13, 2026
Identifier
DOIFFBO260082
NAICS
333914
This notice announces the U.S. Fish and Wildlife Service's intent to award a sole source contract for a specialized fish handling pump. - Agency: U.S. Fish and Wildlife Service, Acquisitions Operations - Product: Magic Valley Heli-Arc Fishpump - Purpose: Safe, efficient live fish handling for hatchery and transport operations - Key features: Minimizes fish stress, scale loss, and mortality; compatible with existing hose fittings and transfer systems at Service facilities - Quantity: 1 unit - No part number specified - OEM: Magic Valley Heli-Arc & Mfg., Inc. (Twin Falls, ID) - Sole source justification: - Only Magic Valley's pump meets unique technical and biological requirements - Compatibility with Lower Snake River Compensation Plan (LSRCP) facilities - Other brands are not compatible or risk injury to fish - NAICS: 333914 (Measuring, Dispensing, and Other Pumping Equipment Manufacturing) - PSC: 2060 (Commercial Fishing Equipment) - Not a competitive solicitation, but capability statements may be submitted - Place of performance: Lower Snake River Compensation Plan facilities - Contracting office: FWS, IT Goods, 5275 Leesburg Pike, Falls Church, VA 22041
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 Communications Branch intends to award a firm fixed price sole source under the authority of FAR subpart 13.106-1(b)(1)(i) and (ii), for purchases not exceeding the Simplified Acquisition Threshold (SAT), Contracting Officers may solicit from only one source if the circumstances deem only one source is reasonably available (e.g., urgency, exclusive licensing agreements, brand name, or industrial mobilization).: Magic Valley Heli-Arc & Mfg., Inc.198 Freightway STTwin Falls, Idaho83301-7939, United StatesThe North American Industry Classification System (NAICS) code for this requirement is 333914, Measuring, Dispensing, and Other Pumping Equipment Manufacturing, and the Product Service Code (PSC) for this requirement is 2060, Commercial Fishing Equipment. The object of this sole source award is to require the purchase of a Magic Valley Heli¿Arc Fishpump to support essential fish¿handling operations at Service facilities. The pump is needed to safely and efficiently move live fish during hatchery, transport, and resource¿management activities. The Heli¿Arc Fishpump is uniquely designed to minimize handling stress, scale loss, and mortality while maintaining high¿volume pumping capacity. This equipment directly supports mission¿critical fisheries programs, including brood stock collection, spawning operations, and fish distribution. Failure to obtain the appropriate pump would delay scheduled operations and risk harm to live fish, compromising program objectives and compliance requirements. The primary barrier is the unique engineering and biological¿handling design of the Magic Valley Heli¿Arc Fishpump. Competing pumps risk injury to fish due to excessive pressure, turbulence, or inadequate material construction. Additionally, other brands are not compatible with existing hose fittings and transfer systems, creating operational delays and increased costs for retrofitting.Because only Magic Valley can meet these combined technical and biological requirements, competition is not feasible for this acquisition. 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: carter_duke@fws.gov. NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED