Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SPECIAL NOTICE

R -- Columbia River Treaty Program Facilitation, Program and Project

Notice Date
2/16/2017
 
Notice Type
Special Notice
 
NAICS
541613 — Marketing Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-17-R-0050
 
Archive Date
3/4/2017
 
Point of Contact
Clovia S. Jones, Phone: 5038084632, Chelsea Tikotsky, Phone: 503-808-4608
 
E-Mail Address
sue.jones@usace.army.mil, Chelsea.M.Tikotsky@usace.army.mil
(sue.jones@usace.army.mil, Chelsea.M.Tikotsky@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent to Sole Source Columbia River Treaty Program Facilitation, Program and Project Management Assistance Solicitation Number: W9127N-17-R-0050 Agency: Department of the Army Office: U.S. Army Corps of Engineers Location: USACE District, Portland Classification Code: R422 - Market Research and Public Opinion Services NAICS Code: 541613 - Marketing Consulting Services Solicitation Number: W9127N-17-R-0050 Notice Type: Special Notice THIS IS NOT A SOLICITATION Notice of Intent to Sole Source U.S. Army Corps of Engineers (USACE), Portland District (NWP) intends to negotiate and award a sole source contract with Integrated Water Solutions, LLC. The purpose of this requirement is to furnish facilitation, program and project management assistance to the Columbia River Treaty Program. The Columbia River Treaty is an agreement between Canada and the United States on the development and operation of dams in the upper Columbia River basin for power and flood control benefits in both countries. When the Treaty was implemented in 1964 the U.S. purchased 60 years of assured flood control storage in Canada that gives the U.S. rights to Canadian reservoirs for storage until September 2024. When the storage agreement ends, the U.S. would have to call on Canada to change its reservoir operations in order to provide additional storage space to manage downstream flooding in the U.S. The U.S. State Department finalized Circular 175 in October 2016, outlining and authorizing talks with Canada to modernize the Treaty. As a result, joint modeling studies between the U.S. and Canadian Entities are currently taking place to analyze proposed post-2024 changes in Canadian and U.S. operations. The goal of these studies is to maintain a similar level of flood risk given the range of potential changes in operation and governance of the Treaty and Columbia River Basin. The Contractor, Integrated Water Solutions, LLC (IWS), is a Women-Owned Emerging Small Business that has been involved with the Treaty Process since 2009. IWS has played a significant role in the past assisting the Northwestern Division and Districts with developing and managing the Treaty program, while utilizing their experience in water management, understanding of USACE policy and standards, and skilled facilitation. IWS has the consistency, experience and knowledge of the Treaty program to be able to successfully perform these services immediately. This procurement requires the contractor to have the ability to articulate and provide, without delay, the history of decisions or data developed by the program since 2009 to newer management and technical team members. The experience and knowledge IWS has gained over the course of their involvement with the Treaty makes them uniquely and highly qualified to perform on this USACE Treaty requirement. The statutory authority for this non-competitive acquisition is 10 U.S.C. 2304(g) and 2305 as implemented by FAR 13.106-1(b)(2) for purchases exceeding the simplified acquisition threshold under FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items. In accordance with FAR 13.106-1(b)(2), the services are available from only one source. A SOLICITATION WILL NOT BE POSTED. The Government intends to proceed with this sole source action. The NAICS code is 541613 - Marketing Consulting Services. The size standard as defined by the U.S. Small Business Administration is $15 million. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS. All responsible sources may submit a capability statement, proposal or quote to the contracting officer before the notice end date. If no affirmative written responses are received by 2:00 PM PST on 03 March 2017, an award will be made without further notice. Oral communications are not acceptable in response to this notice. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. Electronic responses and questions shall be submitted via email to sue.jones@usace.army.mil. The U.S. Army Corps of Engineers is not responsible for any costs incurred by responding to this notice. Contracting Office Address: US Army Corps of Engineers, Portland District ATTN: CECT-NWP-S 333 SW 1st Avenue Portland, OR 97204 Point of Contact: Sue Jones, 503-808-4632 Point of Contact for small business questions or assistance is the Portland District Small Business Specialist Carol McIntyre Direct: 503-808-4602 Email: carol.a.mcintyre@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-17-R-0050/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Portland District, 333 SW 1st Avenue, Portland, OR 97204, Portland, Oregon, 97204, United States
Zip Code: 97204
 
Record
SN04405904-W 20170218/170216235222-410a8b8ce67c5109ee34d3f64b250c81 (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.