Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2019 FBO #6259
MODIFICATION

C -- Catherine Creek Complex Fish Habitat Design and Technical Services

Notice Date
1/10/2019
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Bureau of Reclamation<br />Pacific Northwest Region<br />Regional Office<br />Acquisition Management Division<br />1150 N. Curtis Road, Ste. 100<br />Boise<br />ID<br />83706-1234<br />US<br />
 
ZIP Code
83706
 
Solicitation Number
DOIRFBO190007
 
Response Due
1/18/2019
 
Archive Date
1/18/2019
 
Point of Contact
Aiken, Stephanie
 
Small Business Set-Aside
N/A
 
Description
Catherine Creek Complex Fish Habitat Design and Technical Services IDIQ SOURCES SOUGHT Synopsis: This is a Sources Sought Notice for potential offerors to support the U.S. Bureau of Reclamation for the Pacific Northwest Regional Office in Boise, Idaho. This is NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB) and DOES NOT serve to bind the U.S. Government in any way. Interested parties shall not be reimbursed for any costs associated with preparation of their responses. The U.S. Bureau of Reclamation (Reclamation), Pacific Northwest Regional Office is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to identify potential Architecture-Engineer(AE) contractors. NO SOLICITATION IS CURRENTLY AVAILABLE. If a solicitation is issued, it will be announced on Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. The North American Industry Classification System (NAICS) is 541330 - Engineering Services, Small Business Standard Size $15.0M. It is anticipated the annual contract value will be approximately $1,000,000. Responses to this notice will be used by the Government to make the appropriate acquisition decision for establishing business size and/or the type of set-aside for the solicitation. Contractors must be registered in System for Award Management (SAM.gov) (see internet site: http://www.sam.gov) PROJECT The purpose of this ID/IQ Contract is to obtain Architect-Engineer Services associated with fish habitat improvement design work led by Reclamation ¿s Columbia/Snake Salmon Recovery Office (CSRO) and its partners. The contract will address projects of a complex nature as defined in section C.1.3.4 of the attached statement of work (SOW) and located within the areas analyzed by the Catherine Creek Tributary Assessment Grande Ronde River Basin (Reclamation, 2012) and the Catherine Creek Reach Assessment Grande Ronde River Basin (Reclamation, 2012). These documents can be accessed at: https://www.usbr.gov/pn/fcrps/habitat/projects/granderonde/cc37project/index.html under the related documents section of the website. BACKGROUND Work under this contract is part of a larger effort by Reclamation and project partners to improve access and habitat conditions for endangered salmonids in the Columbia River Basin. Reclamation contributes to the implementation of salmonid habitat improvement projects in the Pacific Northwest to help meet commitments contained in the 2008 Federal Columbia River Power System (FCRPS) Biological Opinion (BiOp) (NOAA Fisheries 2008), the 2010, and 2014 Supplemental BiOps (NOAA Fisheries 2010 and 2014). These BiOps include a Reasonable and Prudent Alternative (RPA), or suite of actions, to protect salmon and steelhead listed under the Endangered Species Act (ESA) across their life cycle. Habitat improvement work in Catherine Creek, one aspect of the RPA, is the focus of this contract. Reclamation has partnered with the Union Soil and Water Conservation District (USWCD), Bonneville Power Administration (BPA), Confederated Tribes of the Umatilla Indian Reservation (CTUIR), Grande Ronde Model Watershed (GRMW), and the Oregon Department of Fish and Wildlife (ODFW) among others to accomplish habitat work in this area and it is expected that future work will be in coordination with the same partners. Interested offerors must be licensed and registered to perform the aforementioned types of services in the state of Oregon. The contractor will be responsible for providing all required personnel, equipment, travel costs, tools and materials needed to accomplish various projects that will be ordered via Task Orders (TO) under an Indefinite Delivery / Indefinite Quantity (IDIQ) type contract vehicle. QUALIFICATIONS Contractors will be expected to be led by staff with advanced degrees in engineering and the biological or related sciences, extensive experience with salmon issues. PERFORMANCE PERIOD Performance is anticipated to begin in Early Spring 2019 for Five Years. RESPONSES TO THIS NOTICE - For Market Research Only All interested and qualified firms responding to this sources sought notice are required to provide the following information: 1. CAGE Code and DUNS Number; 2. Firm's Capability Statement: The Capability Statements shall be no more than 5-pages in length and at minimum shall identify the following: -A list of at least three (3) similar Architect-Engineering projects designed within the last five (5) years. -The list of relevant contracts/projects shall include the location, contract number, description, and estimated yearly value, performance dates and Government point(s) of contact (contracting officer and QAE/inspector) with phone and fax numbers. Additionally, the project descriptions shall identify how these projects are similar or relevant to the ¿Project Description ¿ and the contents of this notice. -Business Classification, Large or Small, if a Small Business identify the Small Business Classifications under a Small Business Administration socio-economic program such as, 8(a) Business Development Program, SDVOSB, HUBZone, SDB, and or WOSB; Interested parties and POTENTIAL bidders or offerors can email, with subject line, DOIRFBO190007 Catherine Creek Complex AE Design IDIQ sources sought, their capabilities and relevant history to Stephanie Aiken at saiken@usbr.gov, no later than 2:00 p.m. Mountain Time, Friday, January 18, 2019. Facsimiles will not be accepted. Please address all questions in writing to Stephanie Aiken, Contracting Specialist via email at saiken@usbr.gov. Telephone inquiries will not be acknowledged or accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/c8a8b252ca433cc325cacc4cb68b4ea4)
 
Record
SN05192282-F 20190112/190110230052 (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.