B--Sources Sought - Breeding Waterfowl Surveys (IA) - Base Period with up to Two O
Sources Sought from US FISH AND WILDLIFE SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: IA. Response deadline: Mar 30, 2026. Industry: NAICS 541690 • PSC B534.
Market snapshot
Awarded-market signal for NAICS 541690 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 56 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 541690
Description
Breeding Waterfowl Surveys (IA) - Base Period with up to Two Option Years (Subject to the Availability of Funds (SAF))
Agency: U.S. Department of the Interior, Office of Acquisition & Property Management, Servicing the U.S. Fish and Wildlife Service
NAICS: 541690: Other Scientific and Technical Consulting Services | Size Standard: $19.0 (Million).
Period of Performance:
Base Year: 1 May 2026 - 31 December 2026
Option Year I: 1 May 2027 - 31 December 2027 (SAF)
Option Year II: 1 May 2028 - 31 December 2028 (SAF)
Place of Performance: Iowa, United States
THIS IS NOT A SOLICITATION. This notice is issued solely for market research and planning purposes.
Background: Since 1988, the Habitat and Population Evaluation Team (HAPET) has conducted long-term wetland condition and waterfowl breeding surveys across the U.S. Prairie Pothole Region using Four Square Mile Breeding Waterfowl Survey protocols.
In Iowa, survey work has historically been performed by the Iowa Department of Natural Resources (IDNR) using methods aligned with U.S. Fish and Wildlife Service (FWS) protocols. Due to limited FWS staffing in Iowa, IDNR developed and implemented survey methodologies that meet HAPET requirements and has consistently collected these data for decades.
IDNR maintains long-term expertise, institutional knowledge, established methodology, and logistical capacity necessary to execute these surveys while preserving continuity of this multi-decade dataset. Disruption to methodology or execution could impact the integrity and comparability of longitudinal data used for habitat and population analysis.
The Government believes that IDNR may be uniquely positioned to perform this requirement without disruption to long-term monitoring efforts. However, no determination regarding sole source procurement has been made. The Government is seeking information from all responsible sources capable of meeting these requirements.
Requirement Overview: The contractor shall provide all personnel, equipment, supplies, transportation, materials, and services necessary to conduct the Iowa Breeding Waterfowl Survey.
Key requirements include:
- Conduct breeding duck pair surveys on 400-600 wetlands throughout Iowa each May for a base period and up to two option years (SAF)
- Follow Four Square Mile Survey protocols and established HAPET data collection methods.
- Provide trained biological staff experienced in waterfowl identification and survey techniques.
- Collect and deliver all waterfowl abundance, pair status, wetland condition, and vegetation data.
- Submit fully formatted datasets to FWS within 60 days of survey completion (~August 1 annually).
- Perform all work to the standards and quality requirements outlined in the PWS and QASP.
Surveys will occur at 400-600 predetermined wetlands across the state of Iowa, as provided annually by FWS.
Submission Requirements: Interested parties must submit a capability statement addressing the following:
1. Technical Capability: Demonstrate staff qualifications, biological expertise, and experience conducting waterfowl breeding pair surveys using Four Square Mile protocols or equivalent scientifically validated methods.
2. Technical Experience: Provide examples of similar wildlife survey contracts performed within the last five years.
3. Unique Capabilities: Describe any factors that would enable successful performance without disrupting long-term monitoring continuity.
Submission Instructions: Responses are due by March 30, 2026, at 10:00 AM Central Time. Capability statements shall be submitted via E-Mail as a PDF attachment to: Dana Arnold at dana_arnold@fws.gov. All costs associated with responding to this notice are the responsibility of the respondent and will not be reimbursed by the Government.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.