Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,2000 PSA#2582

U.S. Department of the Interior, Bureau of Reclamation, Upper Columbia Area Office, P.O. Box 1749, Yakima, WA 98907-1749

A -- RESEARCH & DEVELOPMENT SOL 00SQ1U0024 DUE 050100 POC Dennis Klocke or Jan Rasmussen 509-575-5848 Ext 207 E-MAIL: ERROR --, dklocke@pn.usbr.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. Solicitation No. 00SQ1U0024 is issued as a Request for Quotes (RFQ) and incorporated provisions and clauses in effect through Federal Acquisition Circular 97-15. The size standard is $500. million and the standard industrial classification code is 8731. The U.S. Bureau of Reclamation (Reclamaion) is seeking to determine causative agents for loss of anadromous salmonids entrained into the Chandler Canal on the Yakima River near Prosser, WA. The loss of salmonids was identified during Passive Induced Transponder (PIT) tag evaluations by the Yakama Nation. The cause of the loss is unknown. Potential sources for the decease in survival include, gaps in rotary drum screens; predation; impingement on debris or structures in the canal; PIT tagged fish moving back out of the canal; or poor PIT tag detection. The Yakama Nation will address potential PIT tag detection problems. Reclamation has a requirement to contract for services to conduct a study to specify if their facilities are the reasons for the loss and what actions can be taken to eliminate or minimize loss. The Contractor shall identify and report on the following areas: the proper seating and placement of the rotary drum screens in the Chandler Canal; the approach and sweep velocities at the Chandler Canal Fish Screens and their compliance with National Marine Fisheries Service (NMFS) standards; the types and size of fish that inhabit areaas upstream and downstream of the fish screens, particularly predator fish (smallmouth bass, catfish or northern pike minnow) upstream of the screens and juvenile salmonids entrained behind the screens; and, the potential ability of fish initially entrenchment into the canal to swim upstream to the river. The work would involve close coordination with Reclamation, the Yakama Nation, and the System Operation Advisory Committee (a group composed of representatives from Washington Department of Fish and Wildlife, Yakama Nation, U. S. Fish & Wildlife Service and basin irrigators). The contractor shall be required to share ideas and techniques with Reclamation. Work shall be completed within one year. A letter report shall be required upon completion of job. The Contractor shall examine the proper placement and seating of the rotary drum screens, monitor debris build up and to identify presence of predatory fish upstream of the screens. Proposed method would be to use an underwater video. The methods/techniques the contractor uses shall be shared with Reclamation for Reclamation's use to develop this method/technique for future screen evaluations. The Contractor shall measure approach and sweeping water velocity in front of each rotary drum screen and a written report shall be produced comparing those measurements to NMFS criteria. Addionally maximum, minimum and mean water velocity measurement shall be taken at the canal headworks to determine if fish would be able to move upstream out of the canal through the headworks. The contractor shall use hydro-acoustics to determine if predator size fish (> bigger than 10 inches) are present in the forbay (other methods have been attempted with little success). Additionally, hydro-acoutic monitoring devices shall also be used downstream of the fish screens to determine if smolt sized fish are entrained into the canal. The contractor shall analyze and summarize all data collected in a written report which includes a description of the study area, methods, results and a discussion of the results. The discussion shall identify areas where remedial action may increase anadromous salmonid survival and identify arreas for further studies. Offerors who believe they can provide equal to or better than the above referenced service and want to be considered for this procurement must request a copy of this solicitation in writing, FAX# 509-454-5615. CLIN 0001 -- Underwater Video -- Fish Screens, 1 Job; CLIN 0002 -- Written Technical Report -- 1 Job. At this time we anticipate to award to Battelle Pacific Northwest National Laboratory, 902 Battelle Boulevard, Richland, Washington 99352, due to pre-existing relationship between WDFW, YN, USFWS and basin irrigators. 52.212-1 Instructions to Offerors-Commercial Items (NOV 99), 52.212-2 Evaluation-Commercial Items (JAN 99), 52.212-3 Offeror Representations and Certification-Commercial Items (FEB 2000), 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 99), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orderes-Commercial Items (FEB 2000), Clause 52.215-5, paragraph (b) is tailored to incorporate the following clauses by reference: 52.219-8, 52.219-9, 52.225-18, 52.225-21, and 52.222-41. Evaluation will include verification that the offer meets the technical specification, past performance, references, price, and price-related factors. Bidders are to include a completed copy at the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 99), with the RFQ. Offerors may request a copy of this clause to be faxed to them. The closing time and date for receipt of proposals is 12 noon, May 1st, 2000, local tiem. Offers are to be mailed to the following address; Bureau of Reclamation, Attn: Dennis Klocke, Bid Depository, 00-SQ-1U-00024, P.O. Box 1749, Yakima, WA 98907, FAX# 509-454-5615. All sources responding to this synopsis/solicitation shall do so in writing. Telephone response will not be accepted. All sources responding to this synopsis shall submit information relating to business status, including identification as to whether small, large, minority-owned and or women-owned. All responsible sources may submit a bid, which will be considered by this agency. Posted 04/17/00 (W-SN445735). (0108)

Loren Data Corp. http://www.ld.com (SYN# 0011 20000419\A-0011.SOL)


A - Research and Development Index Page