SOURCES SOUGHT
B -- NWP, USACE, Willamette Valley Downstream Fish Passage Monitoring � 2025 Rotary Screw Trap Sampling & Bulk Marking
- Notice Date
- 6/8/2024 6:24:48 AM
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N-24-Q-0107
- Response Due
- 6/18/2024 8:00:00 AM
- Archive Date
- 07/03/2024
- Point of Contact
- David Cook, Patrick Collins
- E-Mail Address
-
david.m.cook@usace.army.mil, patrick.p.collins@usace.army.mil
(david.m.cook@usace.army.mil, patrick.p.collins@usace.army.mil)
- Description
- Sources Sought Sources Sought Number: W9127N-24-Q-0107 Agency: U.S. Army Corps of Engineers Location: USACE District, Portland PSC: B516 - Special Studies/Analysis Animals/Fisheries NAICS Code: 541690 - Other Scientific and Technical Consulting Services Notice Type: Sources Sought NWP, USACE, Willamette Valley Downstream Fish Passage Monitoring � 2025 Rotary Screw Trap Sampling & Bulk Marking The purpose of this Sources Sought is for U.S. Army Corps of Engineers (USACE) informational/market research purposes only. This is not a solicitation nor a synopsis of a proposed action under FAR Subpart 5.2. USACE is seeking to identify firms capable of meeting the below outlined requirement. The requirement is for fish sampling utilizing a firm fixed price schedule. USACE eventually intends to solicit firms that are interested in submitting a competitive, firm-fixed price proposal for fish sampling and bulk marking of juvenile Chinook salmon throughout the Willamette Valley Project (WVP) in the North Santiam, South/Middle Santiam, South Fork McKenzie, and Middle Fork Willamette River subbasins including Fall Creek. 1. �Sources Sought Objective 1.1� USACE is seeking firms capable of meeting the below requirements listed in section 3 for sampling during the 2025-2026 calendar year. The purpose is to identify small business concerns capable of meeting this requirement. 1.2� Attached to this Sources Sought is a DRAFT Performance Work Statement (Attachment 1) to assist in understanding the details of this requirement. These documents are for example only. 2.� Background On September 1, 2021, the U.S. District Court for the District of Oregon issued an interim injunction that requires the Corps to implement interim injunction measures intended to improve conditions for fish passage and water quality at several Willamette Valley Project (WVP) dams for the benefit of Upper Willamette River (UWR) spring Chinook salmon and UWR winter steelhead during the interim period until the completion of the reinitiated Endangered Species Act (ESA) consultation. �The injunction mandates that the Corps �fund and/or carry out Research, Monitoring and Evaluation (RM&E) to evaluate the effects of the interim measures on UWR Chinook salmon and UWR steelhead�. 3. �Description of Contractor Requirements 3.1.� Collection of biological information regarding the downstream passage of juvenile salmonids with a focus on Chinook salmon and winter steelhead including the reporting of results. This requirement consists of the following actions: 3.1.1.� Rotary Screw Trap monitoring at multiple locations throughout the WVP to evaluate downstream passage of juvenile Chinook salmon and O. mykiss. 3.1.2.� Bulk marking of juvenile Chinook salmon via Passive Integrated Transponder (PIT) tagging services to provide information on the passage and migration timing of juvenile Chinook salmon entering and exiting the reservoirs of multiple Corps facilities in the Willamette River basin. 3.1.3.� The reporting of information collected herein, along with results of other related RM&E measures (e.g., other RST sampling and downstream PIT tag detectors), and previously collected information collected throughout the WVP under previous conditions (e.g. Romer et al. 2013- 2017; Keefer et al. 2012, 2013) will be synthesized to evaluate implementation of certain measures prescribed under the �long term� RM&E plan. 3.2.� Location of Services.� This requirement will occur within the Willamette Valley throughout the Willamette Valley Project (WVP) in the North Santiam, South/Middle Santiam, South Fork McKenzie, and Middle Fork Willamette River subbasins including Fall Creek. 4.� Capabilities Statement 4.1.� Please submit capabilities statements demonstrating the capability to meet the example Performance Work Statement attached to the Sources Sought to the below listed points of contact via email no later than 0800 PST, 18 June 2024. 4.2.� Submit a completed Attachment 3 - Company Experience Overview (or document containing the same content) describing the following: 4.2.1.� Company Name and Cage Code. 4.2.2. �Company point of contact, phone number, and email address. 4.2.3. �Business size, as validated via the System for Award Administration (SAM) for the NAICS above. All offerors must register on the SAM located at http://www.sam.gov to be eligible for a federal contract award. In the event that the organization is a small business, state the category of small business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or SDVOSB 4.2.4. �Years of experience and brief description of experience designing studies, analyzing data, and producing reports associated with rotary screw trap sampling for juvenile salmonids and PIT tagging of juvenile Chinook salmon. 4.2.5. �Years of experience and brief description of experience conducting rotary screw trap sampling for juvenile salmonids and PIT tagging of juvenile Chinook salmon, including conducting, maintaining, and operating sampling and tagging gear associated with this type of work. 4.2.6.� Years of experience and brief description of experience with obtaining and meeting requirements of federal and state permits for similar type work. 5. �Disclaimer 5.1� This Sources Sought is for informational purposes only. The information in this notice is subject to change and is not binding on the Government. This is not a solicitation for proposals and shall not be construed as a commitment by the Government to purchase items as described. Responses in any form are not considered offers and the Government is under no obligation to award a contract as a result of this announcement. Funds are NOT available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Sources Sought is strictly voluntary. 5.2� Since this is not a solicitation for proposals, respondents WILL NOT be notified regarding information obtained related to this Sources Sought. Responses will not be returned nor will detailed feedback be made available. Contracting Office Address: US Army Corps of Engineers, Portland District ATTN: CECT-NWP-P 333 SW 1st Avenue Portland, OR 97204 Point of Contact(s) for this notice Email: David Cook, David.m.cook@usace.army.mil Email: Patrick Collins, patrick.p.colline@usace.army.mil Attachment: Attachment 01 �Performance Work Statement - WVP RST Bulk Marking - 2025 Sampling Attachment 02� Company Experience Overview - WVP RST Bulk Marking - 2025 Sampling
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d50c44649ebe4c96bf4b9665b7892e9e/view)
- Place of Performance
- Address: Jefferson, OR 97352, USA
- Zip Code: 97352
- Country: USA
- Zip Code: 97352
- Record
- SN07090830-F 20240610/240608230106 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |