Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2012 FBO #3791
SOURCES SOUGHT

46 -- The scope of work for this project includes the evaluation of walleye exposed to negative stimuli including light, sound, and an air bubble curtain

Notice Date
4/9/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-12-T-1000
 
Response Due
4/17/2012
 
Archive Date
6/16/2012
 
Point of Contact
Andre D. Vasseur, 816-389-3435
 
E-Mail Address
USACE District, Kansas City
(andre.d.vasseur@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE; a market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. The U.S. Army Corps of Engineers -Kansas City District has been tasked to study for the assessment of a nonphysical barrier to deter fish passage within a laboratory setting. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of interested parties. The procurement will result in the award of a firm-fixed price contract. This project will have a magnitude between $25,000.00 and $100,000.00. The associated North American Industry Classification System (NAICS) code is 541330 "Engineering Services". The small business size standard for this NAICS code is $4.5 million dollars per year. Sample Scope of Work Walleye emigrate from Rathbun Lake through the dam outlet structure during moderate and high flows, thereby reducing their overall population size within the Lake. The scope of work for this project includes the evaluation of walleye exposed to negative stimuli including light, sound, and an air bubble curtain, both singly and in various combinations, to determine which negative stimuli would most effectively deter walleye away from the Lake outlet to prevent emigration loss. This information would be used to evaluate the potential effectiveness of an in-lake nonphysical barrier to prevent walleye emigration. This evaluation would take place at the Rathbun Lake Fish Hatchery with assistance from the Iowa Department of Natural Resources (IDNR) Fisheries Bureau. A contractor experienced with fish deterrent technology would provide and set up negative stimuli including bubble curtains, lights, and sound, within a controlled aquatic environment. Estimated flow within the test pond would be approximately 800 gallons per minute to mimic Lake outlet flow. The contractor would ensure the proper operation of negative stimuli equipment after initial setup, and provide IDNR Fisheries staff the training and information to maintain and operate this equipment to successfully expose and document walleye reaction to negative stimuli. The contractor would provide initial set up and consultation, and would be available by phone and e-mail throughout the study for periodic consultation. The contractor would not be required to be on site during the 120-day estimated study timeframe. IDNR would provide the walleye, test pond facility, construct the testing area, develop the study methodology, maintain water quality, tag and track walleye throughout the study, and provide all additional labor required for this project. All equipment provided by the contractor would be returned to the contractor by IDNR when the study is completed. This sources sought notice is solely for the Government's use as a market research tool. As such, the issuance of a competitive solicitation is NOT guaranteed. All responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead no later than 17 April 2012 by 14:00 (CST). The response to this notice shall be in summary format and shall not exceed twenty (5) pages. All attachments must be provided in either Microsoft Word (.doc) or Adobe Acrobat (.pdf) format. At a minimum, the following must be provided: 1.Company name; 2.Company mailing address; 3.Company Business Size; 4.Company's Cage Code; 5.Point(s) of Contact including Telephone Number(s) & E-mail Address(es); 6.A capabilities statement of your firm's capacity to meet this requirement to include any similar projects performed over the last five (5) years; If a solicitation is released in connection to this requirement, vendors must be actively registered in the Central Contractor Registration (CCR) database to be eligible for an award. Firms can register via the CCR internet site at http://www.ccr.gov. For further questions or concerns regarding CCR, please contact CCR assistance at (888) 277-2423, Monday through Friday from 08:00 to 18:00 (EST). Potential vendors must also complete their online representations and certifications (ORCA). To do so requires CCR registration, including an MPIN number. Instructions for completing the ORCA registration may be obtained, and required information may be entered at http://orca.bpn.gov. Per the direction of FAR 4.5 "Electronic Commerce in Contracting", the Federal Government shall use electronic commerce whenever practicable or cost-effective. Therefore, responses to this announcement shall be sent via email to andre.d.vasseur@usace.army.mil. Responses via FAX or traditional mail will not be accepted. All information received will be considered. Failure to respond to this notice does not preclude a firm from offering on any resultant solicitation; however, a lack of interest in this requirement may keep this effort from moving forward competitively. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF AN AWARD. THE GOVERNMENT IS NOT BOUND TO MAKE ANY AWARDS UNDER THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-12-T-1000/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02717288-W 20120411/120409235113-85d497312db4de641ae0652d87d74f05 (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.