The U.S. Army Corps of Engineers, Portland District is seeking possible sources for market research purposes to support the services listed below for NAICS Code 541990 for Monitoring and Studying the Bull Trout associated with the USACE WILLAMETTE VALLEY PROJECTS. The small business size standard for this NAICS is $16.5 million, and the Project Service Code is B516 for Animal and Fisheries Studies.
Purpose: By the way of this Market Survey/Sources Sought Notice, the USACE-Portland District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for upcoming procurements; therefore, this Notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of a RFP/IFB; nor does it commit the government to contract for any supply or service.
Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought.
Sought Notice.
Intent: The U.S. Army Corps of Engineers (USACE), Portland District (NWP) intends to pursue award of a Willamette Valley Bull Trout Fish Monitoring Contract. The purpose of this requirement includes, but is not limited to 1) study to increase our understanding about the relationship between Willamette hydropower and flood management and Willamette Basin floodplain functioning, and 2) assist the U.S. Army Corps of Engineers (USACE), Bonneville Power Administration, and U.S. Bureau of Reclamation in meeting a subset of requirements of the 7/11/2008 USFWS Biological Opinion (BO) on the Continued Operation and Maintenance of the Willamette Project (USFWS 2008).
The contractor shall provide all labor, permits, materials, and equipment, including specialized equipment, necessary to perform the services outline in the attached Draft Performance Work Statement (PWS). The requirements include the following items: 1) Construct and Operating floating fish weir to capture bull trout, to include collection of biometric data, PIT-tag captured bull trout to assess movement and survival and release upstream; 2) Contractor will construct and operate a network of remote PIT-tag interrogation stations (half duplex) to assess individual movements, distribution, abundance, timing of spawning, and frequency of repeat spawning; 3) Aid USACE in reestablishing naturally reproducing bull trout populations in suitable, formerly occupied sites to increase the viability of the species above Willamette Valley Project USACE Dams; 4) Complete quarterly and annual report summarizing bull trout data collected , to include copies of raw data.
Small businesses are reminded that this service acquisition is subject to FAR 52.219-14, Limitations on Subcontracting and applicable supplements.
Prior Government contract work is not required for submitting a response to this sources sought synopsis.
NO AWARD will be made from this Sources Sought. NO SOLICITATION IS AVAILABLE AT THIS TIME.
Potential Offerors having the skills and capabilities necessary to perform the proposed services are invited to provide feedback to Contract Specialist Kevin Thomsen via email at [email protected].
All responses will be analyzed in order to determine the appropriate strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of all potential small business sources including certified HUBZone small business, Service-Disabled Veteran Owned small business, Veteran-Owned small business, Certified 8(a) small business, Women-Owned small business, etc. Other than Small Business may also respond to this notice to show full capacity of current market conditions.
The Period of Performance is anticipated to be one (1) 12-month base period with four (4) 12-month option periods.
SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT NOTICE
Please utilize the attached reference documents when replying to the requested information below: