Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOURCES SOUGHT

A -- RECOVERY--A--155144 Behavior and Habitat use of Juvenile Bull Trout from Lake Pend Oreille

Notice Date
6/4/2010
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF10-R-SS30
 
Response Due
6/16/2010
 
Archive Date
8/15/2010
 
Point of Contact
Mary Van Sickle, 509-527-7204
 
E-Mail Address
USACE District, Walla Walla
(mary.m.vansickle@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - PER FAR 5.7 THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY; THEREFORE FAR 5.203 DOES NOT APPLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTOR(S) UNDER THE CURRENT CONTRACT NUMBER(S): This is a Sources Sought Notice, No Contractor has been selected at this time. This is a Sources Sought Notice for information and preliminary planning only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this requirement as either a certified HubZone, Service Disabled Veteran Owned Business (SDVOB), certified 8(a), or small business set-aside. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this NOTICE however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements below to submit a Capability Statement. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 541710. The U.S. Army Corps of Engineers, Walla Walla District, anticipates a future procurement for Biological Services to provide data collection and analysis effort on the Impacts of Overwater Structures on Bull Trout in Lake Pend Oreille, Bonner County, Idaho. General Background and Primary Goals Bull Trout in Lake Pend Oreille have been listed as threatened under the Endangered Species Act since 1998. The U.S. Army Corps of Engineers permits overwater structures (e.g., recreational docks) on the lake, some by Regional General Permit (RGP). The Corps seeks to better understand the potential impacts of these overwater structures and associated activities on bull trout to further evaluate the cumulative impacts of structures authorized by the RGP. The primary goal of this work is to better determine the specific impacts of overwater structures (primarily recreational docks) on bull trout populations in Lake Pend Oreille. A literature review of the potential impacts of overwater structures on Bull Trout identified gaps in the knowledge of juvenile bull trout migration behavior and habitat use after leaving natal streams and entering Lake Pend Oreille with particular focus on juvenile bull trout susceptibility to predators, the impacts of overwater structures on predator/prey interactions, and mitigation features of overwater structures. In collaboration with the U.S. Fish and Wildlife Service (USFWS) and the Idaho Department of Fish and Game (IDFG) the U.S. Army Corps of Engineers (COE) has identified 4 specific tasks to provide information where knowledge gaps were identified. The overall questions the Corps needs to answer are: 1.Do juvenile bull trout occupy littoral habitats? 2.Are littoral zone predators consuming juvenile bull trout? 3.How do overwater structures modify biotic and abiotic factors (e.g., fish community, water temperature etc.) relative to unmodified shoreline? 4.Are there specific mitigation criteria for overwater structures that can reduce impacts of overwater structures (e.g., predation) to bull trout? The Contractor must have documented in-house experience and expertise successfully working in sheltered and near-shore waters, deep-water, as well as in open ocean locations. Contractors also need to demonstrate experience of successfully and safely working in large bodies of water (e.g., Oceans, large lakes) to conduct technically and logistically difficult telemetry studies and fisheries surveys. A description of boating licenses, boating safety courses, and other relevant training will be useful for evaluating this capability. Also, published reports of successful studies on large lake systems where motorized boats were necessary to conduct the study will be useful. The Contractor must have in-house personnel with documented educational background and experience in utilizing computer techniques in the analysis and interpretation of the data identified above. Contractors must have experience (through published reports, papers, and documents) that clearly show they have successfully used JSATS or possibly other very similar acoustic transmitters for a large-scale telemetry study in a large lake system or comparably difficult system to conduct telemetry studies. Contractor must demonstrate having experience with JSATS technology tagging fish 100 mm in length. Tagging fish in the 100-139 mm size range is critical to the success of this study. Contractors must have experience in capturing species that occur at extremely low abundance in relatively large systems. Simply collecting and working with species listed as threatened or endangered does not satisfy this capability requirement. This Sources Sought is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). This Market Survey is not to be construed as a commitment by the U. S. Government. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this Market Survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this Market Survey. Respondents will not be notified of the results of this survey or results of information submitted. After completing its analysis, the Government will determine whether to limit competition among either certified HubZone, Service Disabled Veteran Owned Business (SDVOB), certified 8(a) firms or proceed with competition among all small business firms. Interested contractors responding to this market survey must provide a capability statement demonstrating their experience, skills, capability to fulfill the Governments requirements, and past performance in providing the type services specified above. The capability statement shall be in sufficient enough detail, but not to exceed 10 pages, so that the Government can determine the experience and capability of your firm to provide the requirements below. Submissions that do not meet all requirements or are not submitted within the allotted time will not be considered. The Government respectfully requests information on or before 3:00 PM PST, Wednesday, June 16, 2010. Please provide capability statements to Mary M. Van Sickle, Contract Specialist, USACE, Walla Walla District, 201 North Third Avenue, Walla Walla, WA 99362-1876, or via email at mary.m.vansickle@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF10-R-SS30/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02169164-W 20100606/100604235155-992e3d6aa87bd16093fbda1c55d3167e (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.