Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2006 FBO #1823
SOLICITATION NOTICE

F -- The U.S. Army Corps of Engineers, Walla Walla District intends to issue a request for proposals (RFP)for fish counting services at eight (8) mainstem dams on the Columbia and Snake Rivers

Notice Date
11/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-07-R-0001
 
Response Due
1/5/2007
 
Archive Date
3/6/2007
 
Small Business Set-Aside
N/A
 
Description
B Non personal services for Fish Counting The U.S. Army Corps of Engineers, Walla Walla District intends to issue a request for proposals (RFP) W912EF-07-R-0001 for fish counting services at eight (8) mainstem dams on the Columbia and Snake Rivers in the Portland District and Walla Walla District. These projects include Bonneville, The Dalles, John Day, McNary, Ice Harbor, Lower Monumental, Little Goose, and Lower Granite dams. The contract term is expected to be one base year with up to four optional years. Work includes having fish counters id entify and count adult fish as they pass through project fish ladder counting stations by either direct visual or video. Proposals will be evaluated on criteria specified in the solicitation. A tentative listing of the evaluation factors is provided as f ollows: 1) Experience with visual (direct observation) and video fish counting; 2) Staffing to include submission of a Staffing Plan and a Training Plan; 3) Past performance references; 4) Extent of Small Business Subcontracting (large businesses only); and 5) price. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the standards for the non-cost factors. Order of importance: Factor 1 Experience, Factor 2, Staffing, and Factor 3, Past Performance are of eq ual weight, and somewhat more important that Factor 4, Extent of Small Business Subcontracting. When combined Factors 1-4, are more than price. PROCUREMENT IS UNRESTRICTED. Size standard for identification of small business concerns under NAICS 541710, is not to exceed 750 employees. If a large business is selected for this procurement, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the portion of work it intends to subcontract. The subcontracting goals are: a m inimum of 51.2 percent of the planned subcontracting dollars placed with small business concerns (SB), including an 8.8 percent with small disadvantaged businesses (SDB). A minimum of 7.3 percent of the intended subcontract amount with those small busines s concerns owned or controlled by women (WOSB), 3.1 percent subcontracting dollars placed by HUBZone enterprises, and 1.5 percent of planned subcontracting dollars for Service Disabled Veteran-owned small businesses (SDVOSB). This solicitation package will be issued in electronic format only on FedTeDS at https://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber on or about 6 December 2006 with proposals due on or about 5 January 2007. Interested ven dors must be registered in FedTeDs in advance to download this solicitation. No disks will be mailed. To get automatic notifications of updates to this solicitation, you MUST click the Register to Receive Notifications button in the listing for this soli citation on FedBizOpps and fill in your email address. If you want to list your firm so others can see you are an interested vendor, you must click the Register as Interested Vendor button in the listing for this solicitation on FedBizOpps and fill in your information; you can show Prime/Sub/Supplier in one of the address or POC lines. Facsimile and email offers will not be accepted. It is important to note, in order to conduct business with the Department of Defense; the contractor must be registered with Central Contractor Registration (CCR) by accessing website http://www.ccr.gov/ and complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with the required registration in the Central Contractor Registration (CC R) database. Prospective contractors shall update the representations and certifications submitted to ORCA as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to ORCA. Point of Contact for this RFP is Mrs. Carol J. Stimmel U.S. Army Corps o f Engineers 201 North Third Street Walla Walla, Washington 99362-1876 509-527-7207 Carol.J.Stimmel@usace.army.mil This synopsis is not a request for proposal but a notice that a solicitation will be issued.
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
Country: US
 
Record
SN01185036-W 20061123/061121220913 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.