Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2024 SAM #8181
SOURCES SOUGHT

Y -- Y--LOCK 19 - UADS REPAIR AND OR REMOVAL

Notice Date
4/19/2024 5:54:20 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0224R0017
 
Response Due
4/29/2024 2:00:00 PM
 
Archive Date
05/14/2024
 
Point of Contact
Wilson, Mary, Phone: 573-397-2277, Fax: 573-876-1896
 
E-Mail Address
bwilson@usgs.gov
(bwilson@usgs.gov)
 
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 237990 with a Small Business Size Standard $45.0M for an upcoming requirement for the repair or removal and/or decommissioning of a temporary underwater Acoustic Deterrent System (uADS) and fish monitoring array at Lock and Dam 19 on the Mississippi River (Keokuk, IA) in support of an acoustic deterrent research study. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Project Description: The United States Geological Survey (USGS) Upper Midwest Environmental Sciences Center (UMESC) in partnership with the United States Army Corps of Engineers (USACE), and the U.S. Army Engineer Research and Development Center (ERDC), is seeking a variety of services at a temporary underwater acoustic deterrent system (UADS) that is currently installed in the downstream discharge lateral of the lock approach channel of Lock 19 (Keokuk, IA) located in the Upper Mississippi River. Because future funding and operational support for the UADS is unknown, various options for removal of the system are needed, including complete removal and return the site to per-construction condition. However, if the UADS is supported to operate longer than 2024, the need to remove the system, repair it, and put it back into the water, or conduct minor repairs and a dive survey to check system condition. The contractor shall provide complete removal of the ""soundbar"" (i.e., steel weldment that contains the speakers and cabling) and options to remove all equipment including all scientific monitoring equipment (except the research trailer), associated cables and power supplies, and return the site to the original condition per the attached ""Decommissioning Plan."" Three additional option items include 1) an underwater survey of all installed equipment 2) recycling of all steel components, and 3) reinstallation of the soundbar. A scope of work will be provided with any solicitation that may be issued. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 237990 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $45.0M. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including UEI NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. All responses must be submitted NLT April 29, 2024 at 5:00pm EST via e-mail to: bwilson@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bcc32d016931434db1f795d68b53ec62/view)
 
Record
SN07037071-F 20240421/240419230048 (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.