Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2019 FBO #6376
SOURCES SOUGHT

B -- Lake Mohave - Razorback Sucker Monitoring

Notice Date
5/7/2019
 
Notice Type
Synopsis
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Bureau of Reclamation<br />Lower Colorado Region<br />Regional Office<br />500 Date Street<br />Boulder City<br />NV<br />89005<br />US<br />
 
ZIP Code
89005
 
Solicitation Number
140R3019R0019
 
Response Due
5/17/2019
 
Archive Date
6/1/2019
 
Point of Contact
Berry, Kathleen (Kathy)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice for acquisition planning purposes only. No formal solicitation exists at this time. This is NOT a request for proposals and is NOT to be construed as a commitment by the Government. All businesses, regardless of size, capable of providing these items are invited to respond to this announcement and submit a capability statement for consideration. Capability statements received will be reviewed to determine a firm's previous experience performing similar work as well as their technical, administrative, management, and financial capability. The capability statements will be reviewed and used to determine an appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy. The applicable North American Industry Classification (NAIC) code is 541690 - Other Scientific and Technical Consulting Services and the Small Business Size Standard is $15 Million. Proposed Project: The Bureau of Reclamation (Reclamation), Lower Colorado Region has a requirement for monitoring of the Razorback Sucker, one of four large bodied river fish species native to the Colorado River Basin. This fish is currently listed as endangered under the authority of the Endangered Species Act of 1973. The Razorback Sucker was historically abundant throughout the Basin and was predominantly found in the main stem river and major tributaries of Arizona, California, Nevada, New Mexico, Utah, and Wyoming. Tasks for monitoring the razorback sucker population(s) in Lake Mohave, AZ-NV, shall include: -Locating and capturing/contacting adult razorback suckers -Locating and capturing larval razorback suckers -Recording biological data (e.g. sex, total length, weight), documenting the PIT tag number, and examining the general health and condition of captured adult razorback sucker -Collecting tissue samples from captured adult razorback sucker for genetic analysis directly to a lab of Reclamation's choosing. -Marking of captured adult razorback sucker with PIT tags for individual identification (only if fish have not been previously tagged) -Using mobile, remote PIT tag scanning units capable of deployment in both slack water and riverine sections of Lake Mohave -Participating in a maximum of two (2) annual, weeklong, multi-agency, survey events to take place in the spring (March) and fall (November or December) of each contract year. -Providing estimates for current repatriate, and if possible, wild, razorback sucker populations -Assimilating Lake Mohave razorback sucker capture/contact data collected by other federal and non-federal entities into population estimates -Providing monthly progress reports summarizing all field, laboratory, or office work completed in the course of this effort -Providing copies of all data sets generated in the course of this work to the designated COR -Providing a draft interim report during each contract year for review by LCR MSCP staff -Providing a final interim report for each completed contract year -Providing a draft project report during the final option year -Providing a final project report for the complete contract -Attending the annual CRAB meeting and presenting monitoring results Capability Statement/Package: All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, management, and financial capability of such offerors to perform this type of work. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside or an alternate procurement strategy is warranted. The Bureau of Reclamation is seeking sources capable of providing the following types of services. Capability statements should demonstrate the firm's experience and capability to perform the principal components of services listed above. Packages should include the following information: -Capturing multiple life stages of native, endangered fish -Recording standard biological data for captured fish species -Marking juvenile and adult fish with passive integrated transponder (PIT) tags for individual identification -Using mobile, remote PIT scanning units to contact marked fish -Assimilating fish capture and contact data from multiple entities -Estimated population size or abundance Interested sources are welcome to submit a capability statement package to include the following information: 1. Capability statement shall address your company experience performing the work listed above and identify available resources (specifically equipment & personnel) for performing this type of work. 2. Provide your business name, address, point of contact, phone number and email address. 3. Provide your business size & type: 8(a), HubZone, Service Disabled Veteran, Women-Owned, Small Business or Large Business, etc. 4. The capability statement shall demonstrate that your company is capable of performing under a contract of this magnitude and complexity. Please provide a list of ALL RELEVANT projects (projects of a similar size, scope, and complexity of the proposed project are considered relevant), either Government or commercial, performed within the last five (5) years, with a brief description of the project; contract number, project title, dollar amount, timeliness of performance, and customer satisfaction. Include the customer's name, address, telephone number, e-mail address, and points of contact with phone numbers. Indicate whether or not you were the prime contractor, and, if you were a subcontractor, provide the name and point of contact information for the prime contractor. Include the percentage of self-performed work, how the work was accomplished, and the performance rating for the work. All businesses are encouraged to limit responses to not more than 10 pages in length. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of potential contractors for solicitation planning purposes only. Information provided by industry in response to this announcement is voluntary. The Government will not pay for any information submitted in response to this sources sought. All interested sources must respond to future solicitation announcements separately from responses to this sources sought notice. Interested sources should submit their capability statement on or before 2:00 PM Pacific Time, May 17, 2019. All responses to this sources sought notice shall be provided to Kathy Berry, Contract Specialist, via e-mail at kberry@usbr.gov. The subject line shall clearly reference the Solicitation Number associated with the announcement. If you have any questions, please contact Ms. Berry at 702-293-8460. When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on Federal Business Opportunities web site at http://www.fedbizopps NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-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/d6d3d7f594f2ecd253d04e94242844d1)
 
Record
SN05303637-F 20190509/190507230015 (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.