This project is planned for solicitation in July 2018. A Firm-fixed price contract for BASE year and two (2) option years is anticipated.
NAICS Code 541990, All other Professional, scientific, and technical services (Size Standard $15 million). Product Service Code is B516, Special Studies/Analysis - Animal/Fisheries
PROJECT DESCRIPTION
The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, all other items, supervision, and non-personal services necessary to perform propagation, rearing and releasing services of 300,000 steelhead (Oncorhynchus mykiss) from the Congressman Don Clausen Fish Hatchery [DCFH] at Warm Springs Dam [WSD], Lake Sonoma and 200,000 steelhead from the Coyote Valley Fish Facility [CVFF] at Coyote Valley Dam [CVD], Lake Mendocino, California.
The non-personal services contract will provide compensation for the loss of spawning and rearing habitat for 6,000 wild, adult steelhead in Dry Creek [WSD] and compensation for the loss of spawning and rearing habitat in the East Branch of the Russian River [CVD] for an estimated 4,000 wild, adult steelhead.
Requirements are as follows:
Propagate, rear and release 300,000 steelhead from the DCFH to compensate for the loss of spawning and rearing habitat for 6,000 wild, adult steelhead.
Propagate, rear and release 200,000 steelhead from CVFF to compensate for the loss of spawning and rearing habitat in the East Branch of the Russian River above Coyote Valley Dam for an estimated 4,000 wild, adult steelhead.
Relocate Chinook salmon (Oncorhynchus tshawytschta) adults returning to DCFH to the Russian River above the confluence of Dry Creek and those returning to CVFF to the main-stem Russian River or to the West Fork, Russian River.
Provide 24 hour surveillance of the Coho (salmon) Broodstock facility, process any Coho returns to DCFH or CVFF, and provide spawning and releasing transportation support.
CAPABILITY STATEMENT
The following is requested to apprise the US Army Corps of Engineers, San Francisco District, of any prospective interested contractors. Please provide your response with the following information:
Name, address, point of contact, phone number, and e-mail address.
Capability to perform the contract of this magnitude, complexity and comparable work performed within the past three (3) years. Provide a minimum of two (2) examples. Provide a brief description of the project, effort required, customer name, performance evaluation/customer satisfaction, and magnitude/dollar value of the project or contract.
Business size. Large or Small business. If small business, specific category (HUBZone, 8(a), Service Disabled Veteran Owned, Women Owned, etc.)
Statement of understanding that the awarded vendor must be registered with the System for Award Management (SAM). www.sam.gov
The Sources Sought Notice and request for capability statement is not a Request for Proposal or Invitation for Bid, nor does it restrict the Government to a particular acquisition approach. This Sources Sought is for informational and planning purposes only and shall not be construed as a commitment by the Government, nor will the Government pay for information requested. The Capabilities Statement shall demonstrate the company's capabilities, existing expertise and experience in relation to the requirements specified herein. The capability statement may include brochures or currently existing marketing material. Response to the Sources Sought and submission of the capabilities statement is not a prerequisite to potential future acquisitions. Respondents will not be notified of the results of the review of respondent's submission. The Government will complete an analysis of respondents to this notice and determine whether to solicit the requirement as small business set-aside, full and open competition, or other than full and open competition. All responses will be used to determine the appropriate acquisition strategy for the potential future acquisition.
Potential officers having the skill, capabilities and bonding necessary to perform the described project are invited to respond via email to the following:
Jeremy Bedner, Contract Specialist. [email protected]
Mary Fronck, Contract Specialist. [email protected]