Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
MODIFICATION

F -- Adult Fish Counting Services on the Columbia and Snake Rivers in the Portland and Walla Walla District, U.S. Army Corps of Engineers (Corps).

Notice Date
11/29/2011
 
Notice Type
Modification/Amendment
 
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
W912EF12-R-0006
 
Response Due
12/6/2011
 
Archive Date
2/4/2012
 
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
Walla Walla District intends to issue a request for proposal (RFP) W912EF-12-R-0006 for Non-personal services for adult fish counting services at eight mainstem dams on the Columbia and Snake rivers in the Portland District and Walla Walla District, U.S. Army Corps of Engineers (Corps). These projects include Bonneville, The Dalles, John Day, McNary, Ice Harbor, Lower Monumental, Little Goose, and Lower Granite dams. The Corps will provide a site visit at Ice Harbor Dam for potential contractors approximately two weeks after issuance of the Request for Proposals. The contract term is expected to be one base year with up to two optional years. Work includes having counters to identify and count adult fish as they pass through project fish ladder counting stations by either direct visual or video. Proposal will be evaluated on criteria specified in the solicitation. A tentative listing of the evaluation factors is provided as follows: 1) Experience with visual (direct observation) and video fish counting; 2) Staffing to include submission of a Staffing Plan and a Training Plan; 3) Past Performance references; 4) Extent of Small Business Subcontracting (pertains to large business only); and 5) Price. Award will be made on the basis of the lowest evaluated price of proposal meeting or exceeding the standards for the non-cost factors. Order of importance: Factor 1, Experience; Factor 2, Staffing; and Factor 4, Extend of Small Business Subcontracting. When combined Factors 1 through 4, are more than price. Procurement is Unrestricted. Size standard for identification of small business concerns under NAICS 541712, is not to exceed 750 employees. If a large business is selected for this procurement, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the portion of work it intends to subcontract. The subcontracting goals are: a minimum of 51.2 percent of the planned subcontracting dollars placed with a small business concerns (SB), including an 8.8 percent with small disadvantage business (SDB). A minimum of 7.3 percent of the intended subcontract amount with those small business concerns owned or controlled by women(WOSB), 3.1 percent subcontracting dollars placed by HUBZone enterprises, and 1.5 percent of planned subcontracting dollars for Service Disabled Veteran-owned small business(SDVOSB). This solicitation package will be issued in electronic format only on FedBizOpps on or about 6 December, 2011 with proposals due on or about 6 December, 2011. No CD's or hard copies will be available. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. Register to Receive Notifications button in the listing for this solicitation and fill in your email address. If you want to list your firm so others can see you are an interested vendor, you must click the Register as Interested Vendor button in the listing for this solicitation and fill in your information; you can show Prime/Sub/Supplier in one of the address or POC lines. Facsimile and email offers will not be accepted. It is important to note, in order to conduct business with the Department of Defense; the contractor must be registered with Central Contractor Registration (CCR) by accessing website https://www.bpn.gov/ccr and complete electronic annual representations and certifications at https://orca.bpn.gov/ in conjunction with the required registration in the Central Contractor Registration (CCR) database. By submission of a RFP, the prospective contractor acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prospective contractors shall update the representations and certifications submitted to ORCA as necessary, at least annually, to ensure they are kept current, accurate and complete. The representations and certifications are effective until one year from dated of submission or updated ORCA. Point of contact for this RFP is Ms. Mary. M. Van Sickle, U.S. Army Corps of Engineers, 201 North Third Avenue, Walla Walla, WA 99362; Phone: 509-527-7204; email: Mary.M.VanSickle@usace.army.mil This synopsis is not a request for proposal but a notice that a solicitation will be issued
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF12-R-0006/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02630355-W 20111201/111129234651-1876f6f1cfd9b7ea35eec8cb8ea32f53 (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.