The RFP Database
New business relationships start here

HQ - Biological Services


Washington, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a service requirement entitled: "Biological Services " for award of a base contract plus four option years. This is scheduled to be issued as a Firm Fixed Price Service Contract with economic price adjustment for fish anesthetic cost. The purpose of this sources sought is to determine interest and capability of potential qualified Small Business, 8(a) small businesses, Historically Underutilized Business Zone (HUBZONE) small businesses and Service Disabled Veteran Owned Small Businesses (SDVOSBs) relative to the North American Industry Classification code (NAICS) 541690. The Small Business size standard for this NAICS code is $15 Million. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS: (1) Your intent to submit a proposal for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number or a copy of your System for Award Management (SAM) information (4) The category of small business, such as 8(a), HUBZONE, or SDVOSB (5) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in similar work, up to three (3) past projects for which your firm was the prime contractor. The SOC should be no more than three pages in length. Firms responding to this sources sought synopsis, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.

Where to send responses U.S. Army Corps of Engineers 201 North Third Avenue ATTN: Contracting/Chandra Crow, Walla Walla, WA 99362 Phone: (509) 527-7202 Fax: (509) 527-7802 E-mail: chandra.d.crow@usace.army.mil. Response deadline: 26 July 2019 at 10:00AM. (Pacific Time Zone).

Place of Performance: Work will be performed at Lower Granite, Little Goose, Lower Monumental, and Ice Harbor dams on the Snake River in eastern WA and at McNary Dam on the Columbia River in eastern OR.


Description of the Requirement: The Contractor will provide biological services and quality assurance for the Corps of Engineers' Juvenile Fish Transportation Program at Lower Granite, Little Goose, and Lower Monumental dams and for biological services at McNary and Ice Harbor dams. This contract will consist of a base year plus four option years.


Specific tasks will include: assisting in the collection, sampling, bypass, and transport of juvenile salmonids; conducting regular facility inspections; providing assistance with gatewell dipping (if needed); water temperature collection at McNary Dam; the monitoring of outside groups engaged in research at the facilities; the dissemination and reporting of information (weekly reports, and joint annual report with Corps biologists) and the coordination of activities with biologists at other operating projects. Sampling for the collection, bypass and transport of juvenile salmonids takes place daily, 7 days a week during seasonal work contract periods at Lower Granite, Little Goose, and Lower Monumental dams and every-other-day at McNary Dam. More limited sampling for fish condition takes place twice a week at Ice Harbor Dam at a time to be determined in the future. Sampling varies by location but in general extends from March through October. At McNary Dam contract biologists are expected to collect data daily from water temperature monitoring probes located in gatewells, juvenile collection system and forebay during June through August. This data is used to guide powerhouse and fishway operations. The compiled data is used to create reports on weekly and annual basis. Because large numbers of Endangered Species Act (ESA) listed fish are handled during the course of sampling and monitoring operations, prospective contractor should be able to obtain appropriate "take permits" from the National Marine Fisheries Service and state agencies before commencing work. In addition the contractor will supply fish anesthetic for the sampling at each project.


Chandra D. Crow, Contract Specialist, Phone 5095277202, Email chandra.d.crow@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP