Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2011 FBO #3456
SOURCES SOUGHT

B -- Sources Sought - Native Fish Rearing

Notice Date
5/10/2011
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - LC - Lower Colorado Regional Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
11-022LC
 
Response Due
5/31/2011
 
Archive Date
5/9/2012
 
Point of Contact
Paul Foltz Procurement Technician 7022938020 pfoltz@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought announcement for acquisition planning purposes. No formal solicitation for this work exists at this time. All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the quantity and availability of contractors who have the technical level of expertise, administrative and management capability to perform the effort described below. The capability statements received will be used to determine The Bureau of Reclamation's overall procurement strategy. The Bureau of Reclamation's Lower Colorado Region (Reclamation) is seeking sources with expertise in rearing, harvesting, marking, tranporting, and stocking razorback sucker (Xyrauchen texanus) and bonytail (Gila elegans) to >300 mm for delivery to destinations on the lower Colorado River. Common NameScientific NameRazorback SuckerXyrauchen texanusBonytailGila elegans Contractor must demonstrate experience in the culture of razorback sucker and or bonytail.Fish for rearing will be supplied by the government from the Lower Colorado River area. Contractor must demonstrate capability of producing a minimum of 4,000 (>300mm total length) razorback sucker per calendar year. All required permits will be obtained by contrator prior to contractors acceptance of native fish for rearing. Contractors fish rearing location must be within an eight hour driving distance of the Lower Colorado River. Culture practices and proceedures should include a water source free of pathogens, proper diet, correct feed rates,capablity to treat for pathognes should the need arise, and proper harvesting and transporting proceedures. All fish produced under contract will be marked either with wire tag or a passive integrated tranponder (PIT) tag therefore contractor must demonstrate proficiency in use of these techniques. Fish produced under contract will be inspected by Reclamation representative prior to delivery to insure compliance factors. Contractor must have insulated tanks to transport all produced fish to Bureau designated locations on the Lower Colorado River. Stocking locations will include the full geographic range of the Lower Colorado River and its tributaries from below Lake Mead below Separation Rapids, to the Southerly International Border between the US and Mexico. Firms believing they can successfully fulfill these requirements should provide supporting evidence to that effect in sufficient detail to demonstrate their abilities. The evidence must include references from 2-3 projects that were successfully completed where work was similar in scope and complexity. Performance is not anticipated to begin until April 2012 and could run for a 3 year period and complete in 2015. The resulting contract will be a firm fixed price type contract with 1 year performance period and two option year periods. All responsible sources are welcome to submit a capability statement before 3:00 P.M. May 31, 2011. Said submittals will be reviewed and considered by Reclamation when planning solicitations for future requirements. Send capability package by email to Paul Foltz at pfoltz@usbr.gov or mail it to Paul Foltz, Procurement Technician, P.O. Box 61470 (LC-10117), Boulder City, NV 89006-1470. Your package should include the following information: 1. Capability statement - showing recent experience doing this sort of work. 2. Provide business name and address. 3. Business Size & Type: 8(a), HubZone, Service Disabled Veteran, Small Business or Large Business.) Firms should identify whether or not they are a small business or other than small business in accordance with the size standard for (NAICS) Code 112511. If a more appropriate NAICS code may be applicable, please identify the NAICS in your Capability Statement. 4. Point of contact, phone number and email address For questions, contact Paul Foltz, pfoltz@usbr.gov or call 702-293-8020.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2d460a6f4bb4683bba38496df66dc191)
 
Place of Performance
Address: Nevada
Zip Code: 89006
 
Record
SN02443765-W 20110512/110510234253-2d460a6f4bb4683bba38496df66dc191 (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.