Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2021 SAM #7022
SPECIAL NOTICE

F -- Willamette Valley Fish Hatchery Facilities Management Services

Notice Date
2/17/2021 5:17:51 AM
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N21R0015
 
Response Due
3/4/2021 10:00:00 AM
 
Archive Date
03/19/2021
 
Point of Contact
Melanie A. Barrett, Kristel Flores
 
E-Mail Address
Melanie.A.barrett@usace.army.mil, Kristel.M.Flores@usace.army.mil
(Melanie.A.barrett@usace.army.mil, Kristel.M.Flores@usace.army.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
Willamette Valley Fish Hatchery Facilities Management Services Notice of Intent to Sole Source Solicitation Number: W9127N-21-R-0015 Agency: Department of the Army Office: U.S. Army Corps of Engineers Location: USACE District, Portland Classification Code: F022 -- Natural Resources/Conservation - Fish Hatchery NAICS Code: 541990 -- All Other Professional, Scientific, and Technical Services Solicitation Number: W9127N-21-R-0015 Notice Type: Special Notice Synopsis: This is a special notice prepared in accordance with Federal Acquisition Regulation (FAR) 5.2 �Synopses of Proposed Contract Actions� US Army Corps of Engineers, Portland District intends to negotiate/award a sole-source, contract with the Oregon Department of Fish and Wildlife (ODFW). The purpose of this requirement is to furnish spring Chinook salmon production and facility management services for the Marion Forks Hatchery, South Santiam Hatchery, McKenzie Hatchery, Leaburg Hatchery, and Willamette Hatchery. �Fish production at these facilities is to assist the U.S Army Corps of Engineers in fulfilling mitigation obligations for Willamette Valley Project Dams.� The statutory authority for this non-competitive acquisition is 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1 and DFARS 206.302-1, Only one responsible source and no other services will satisfy agency requirements. Each hatchery possesses a suite of unique situations that require a sole source contract with the Oregon Department of Fish and Wildlife (ODFW) to operate and manage these four hatcheries. Marion Forks Hatchery was constructed specifically for the benefit of ODFW, to replace an ODFW owned hatchery rendered unusable by the construction of Detroit Dam. As such, ODFW maintains the right to use this facility. ODFW retains ownership of several South Santiam Hatchery buildings that are critical to aquaculture activities.� Due to this property ownership, ODFW is the only available operator. USACE issued a 50-year lease to ODFW for the use of the McKenzie Hatchery.� Due to the existence of the lease between the USACE and ODFW, the only available operator for McKenzie Hatchery is ODFW until the expiration of the agreement. USACE issued a lease to ODFW for the use of the Leaburg Hatchery.� Due to the existence of the lease between the USACE and ODFW, the only available operator for Leaburg Hatchery is ODFW until the expiration of the agreement. ODFW retains ownership of several Willamette Hatchery buildings that are critical to aquaculture activities.� Due to this property ownership, ODFW is the only available operator. A SOLICITATION WILL NOT BE POSTED. The Government intends to proceed with this sole source action. The NAICS code is 541990, All Other Professional, Scientific, and Technical Services. The size standard as defined by the U.S. Small Business Administration is $16.5 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 10:00 AM local time on 4 March 2021, 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 Melanie.A.Barrett@usace.army.mil and Kristel.M.Flores@usace.army.mil.� The U.S. Army Corps of Engineers is not responsible for any costs incurred by responding to this notice. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SPECIAL NOTICE 1. Business name, Point of Contact name, email address, and phone number. 2. CAGE Code and DUNS number. 3. In the event that the organization is a small business, state the category of small business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or SDVOSB. 4. Statement of Capability (SOC):� Discuss skills, knowledge, and equipment required to operate and maintain fish hatcheries while producing fish of sufficient quality and quantities that will be required.� Knowledge and experience in fish culture of salmonids Experience in providing fish health services at hatcheries for salmonids at a large scale Experience marking and tagging millions of fish across several hatcheries Experience in the production and release of millions of salmonids (quantity �greater than 4 million fish will be required) Ability to operate and maintain multiple fish hatcheries Ability to operate fish collection facilities Access to hatchery facilities that would allow production and release of millions of fish in the North Santiam River, South Santiam River, McKenzie River, and the Middle Fork Willamette River is required Contracting Office Address: US Army Corps of Engineers, Portland District ATTN: CECT-NWP-P 333 SW 1st Avenue Portland, OR� 97204 Points of Contact for questions concerning this notice are:� � � Melanie Barrett, Contract Specialist - Melanie.A.Barrett@usace.army.mil Kristel Flores, Contract Specialist - Kristel.M.Flores@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e2598735db0c47398393238b871d4876/view)
 
Record
SN05918564-F 20210219/210217230106 (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.