Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
SOURCES SOUGHT

R -- Evaluation and Management of Avian Predation Impacts in the Columbia and Snake River Basins and Other Areas in Western United States

Notice Date
7/9/2013
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-13-R-SS33
 
Response Due
8/9/2013
 
Archive Date
9/7/2013
 
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
This Sources Sought Synopsis constitutes a Request for Information to assist the United States Army Corps of Engineers, Walla Walla District in Market Research of Industry to identify potential sources that may meet service requirements. 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. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. The U.S. Army Corps of Engineers, Walla Walla District is seeking sources to include small businesses (an individual, a group of individuals or a business) for a service requirement entitled: Advisory and Assistance Services: Evaluation and Management of Avian Predation Impacts in the Columbia and Snake River Basins and Other Areas in Western United States. The North American Industry Classification code (NAICS) 541712. The Small Business size standard for this NAICS code is 500 employees as determined by 13 CFR 121.104. 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 will depend on the responses to this sources sought synopsis. The anticipated requirement is by biologist(s) with demonstrated experience in conducting ornithological and fisheries research, and implementation of management activities related to piscivorous waterbirds. Services required include analysis of avian predation on juvenile salmonids and analysis of management actions on regional avian populations as well as assistance in implementation of management related activities. Services to be provided by qualified scientist(s) will need to be highly integrated with similar research, monitoring, and evaluation (RM&E) and management related efforts being conducted within the Columbia River basin and along the west coast including efforts by Bonneville Power Administration. The objectives of this requirement are to: 1) Evaluate, through RM&E, the impacts of avian predation on juvenile outmigrating salmonids within both the Columbia River basin and areas where piscivorous waterbirds may relocate to as part of implementing management actions intended to reduce avian predation impacts on ESA listed species within the Columbia River basin; 2) Evaluate, through RM&E, impacts to west coast avian populations as a result of management actions taken to reduce predation on fish species. Specific avian species of concern include, but are not necessarily limited to, Caspian terns, Double-crested cormorants, American White Pelicans, and various gull species. 3) Implement management related activities such as employing avian attraction measures at habitat enhancement/creation areas, modifying nesting habitat, employing dissuasion and deterrent activities (e.g., effigies, hazing, pyrotechnics, propane cannons, etc), and collection and/or potential lethal take of avian and mammalian predators and piscivorous waterbirds. These activities require specific techniques and methodologies, analysis procedures, and equipment in order to maintain continuity of data and regional acceptability of the work. This includes sufficient demonstrated experience necessary to gain the required regulatory permits in a timely fashion for completing this type of work including, but not limited to, those required by the Migratory Bird Treaty Act and the Endangered Species Act. Specific knowledge, skills, and abilities necessary to complete these objectives include, but not necessarily limited to: the ability to determine piscivorous waterbird predation rates via methods such as analysis of PIT-tag deposition rates on colonial waterbird colonies and kleptoparasitism rates; Caspian tern and Double-crested cormorant bio-energetic modeling; implementation of Caspian tern social attraction methods; piscivorous colonial waterbird monitoring techniques including those specifically for Caspian terns, Double-crested cormorants and gulls; smolt vulnerability analysis; ability to conduct satellite and radio tracking of piscivorous waterbirds including Caspian terns and Double-crested cormorants; and development and management of databases to organize and distribute information. While specific objectives will vary over time depending on the Corps' needs as part of implementing management actions, the Offeror's deliverables shall focus on describing analysis and summary of RM&E and management results based upon the type of efforts described above. The biologist(s) will be expected to attend various Corps sponsored meetings, including Anadromous Fish Evaluation Program (AFEP) related events, to discuss and assist in interpretation of project results, and to provide comments and suggestions on the development and implementation of research studies, experimental designs and management plans. A responding company must verify willingness and capability to provide the service identified in this sources sought, W912EF-13-R-SS33. SUBMISSION REQUIREMENTS FOR SOURCES SOUGHT: Interested statements shall be limited to five pages and shall include the following information: a.Firm's name, addresses, point of contact, phone number, and email address. b.CAGE Code and DUNS Number. c.A capability statement expressing interest in proposing on the solicitation when it is issued, describing the company and its specialized experience with the Bureau of Reclamation, US Army Corps of Engineers, and/or public utilities. d.A statement detailing any special qualifications or certifications, applicable to the scope of services requested, held by the in-house personnel of the firm expressing interest. e. A list of the firm's current or past specialized experience similar to or the same as the summary scope of services for this requirement performed in the last five years. Include a brief description of each project scope, schedule, and dollar value. f.A statement of your firm's business size to include designation as: SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, or a Large Business. Where to send responses: U.S. Army Corps of Engineers 201 North Third Avenue ATTN: Contracting / Mary M. Van Sickle Walla Walla, WA 99362 Phone: (509) 527-7204 Fax: (509) 527-7802 E-mail: mary.m.vansickle@usace.army.mil Response deadline: August 9, 2013 at 4:00 p.m. (Pacific Time Zone) This is not a Request for Proposal (RFP) or Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government; it is only to obtain market capabilities/industry comments and is to be used for informational purposes only. The Government does not intend to make an award on the bases of this sources sought synopsis/request for information, nor will the Government pay for the information solicited herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-13-R-SS33/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN03110366-W 20130711/130709234438-7f57ac3308033279b75350b8d78db8b8 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.