Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2025 SAM #8567
SOURCES SOUGHT

66 -- Electrosedation Equipment for Fish Facility

Notice Date
5/9/2025 7:51:09 AM
 
Notice Type
Sources Sought
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
496206
 
Response Due
5/26/2025 3:00:00 PM
 
Archive Date
06/10/2025
 
Point of Contact
Cory Pfenning
 
E-Mail Address
cory.r.pfenning@usace.army.mil
(cory.r.pfenning@usace.army.mil)
 
Description
General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond. Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations. The North American Industrial Classification Code (NAICS) for this requirement is: 335999 The related size standard is: 500 employees. Formal Sources Sought Response Due � 26 May 2025 at 3:00 pm PDT. Project Background. The Toutle River Fish Collection Facility (FCF) is located approximately three river kilometers downstream of the Sediment Retention Structure (SRS) on the North Fork Toutle River, near the mouth of the Green River and North Fork Toutle, around the 22-mile marker of State Route 50483. The facility was constructed by the U.S. Army Corps of Engineers in 1989 after the SRS was built to trap sediment resulting from the 1980 eruption of Mount St. Helens. The SRS completely blocked upstream fish passage, necessitating a means to maintain populations of anadromous fish, such as coho salmon and steelhead, in the upper Toutle River basin. Project Scope. The U.S. Army Corps of Engineers is seeking information from manufacturers capable of providing electrosedation equipment for fish as part of a dual anesthesia system (chemical and electric). The intent is to identify potential sources for equipment that safely and effectively sedates fish for handling, tagging, transport, or surgical procedures, minimizing stress and injury. System Requirements: The electrosedation system must include the following components and capabilities: Power Source: The system must provide a controlled electrical current, with adjustable voltage and waveform control. Both battery-powered and AC/DC converter options are acceptable, provided they allow precise regulation of electrical output for safe and effective sedation. Electrodes: The system must include electrodes made from conductive materials (such as stainless steel, graphite, or platinum) suitable for immersion or hand-held application, depending on the operational context and fish species involved. Control Unit: A user interface for adjusting electrical parameters (voltage, frequency, pulse duration) is required. The unit should offer programmable settings for different species or procedures, with built-in safety features such as automatic shut-off and safety interlocks to prevent accidental overexposure. Water Conductivity Meter: The system must include or be compatible with a conductivity meter, as water conductivity significantly influences effective sedation and appropriate electrical settings. Holding Tanks/Containers: The equipment must be operable in non-conductive holding tanks or containers (e.g., plastic) to ensure operator safety and effective current delivery. Performance: The system should be capable of inducing stage IV sedation in fish within seconds and allow for rapid recovery (typically within 2 minutes), as demonstrated in published studies136. It must be suitable for use with a range of fish sizes and species, with minimal risk of injury or mortality. Commercial Availability: The system should be commercially available and supported by the manufacturer for maintenance and repair. Proprietary or custom-built solutions are acceptable, provided they meet the above requirements. Purpose: This sources sought is for market research purposes only and does not constitute a solicitation or request for proposals. The information gathered will be used to determine the availability of qualified sources and inform acquisition strategy, which may include development of performance specifications or consideration of a sole source justification if market research indicates only one responsible source. Please respond with your company�s capabilities, relevant experience, and product information if you are able to provide electrosedation equipment meeting the above requirements. Questions for Industry: Is there anything in our scope that would discourage you from bidding? Is there anything in our scope that would cause enhanced pricing uncertainty? Are there any market conditions or industry practices that you feel the government needs to be aware of? Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought � 496206. Please email to Cory Pfenning, Contracting Officer, at cory.r.pfenning@usace.army.mil before 3:00 pm Pacific Standard time on 26 May 2025. Interested parties� responses to this Sources Sought shall be limited to six (6) pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID. 2. Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB). An explanation of the prime firm�s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope. Product literature and technical specifications Evidence of successful deployment in similar applications (e.g., fisheries, research, hatcheries) Lead times and service/support capabilities Any proprietary features or limitations Responses to the government�s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0e3b63d00340448e9fb4bb758511a1b0/view)
 
Place of Performance
Address: WA 98604, USA
Zip Code: 98604
Country: USA
 
Record
SN07438454-F 20250511/250509230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.