SPECIAL NOTICE
F -- COLE M. RIVERS HATCHERY - Operation and Maintenance Services
- Notice Date
- 7/15/2025 9:46:57 AM
- Notice Type
- Special Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- P00012
- Response Due
- 7/30/2025 10:00:00 AM
- Archive Date
- 08/14/2025
- Point of Contact
- Melanie A. Barrett, Phone: 5038084617, Justin Figueredo
- E-Mail Address
-
Melanie.A.barrett@usace.army.mil, Justin.F.Figueredo@usace.army.mil
(Melanie.A.barrett@usace.army.mil, Justin.F.Figueredo@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Notice of Intent to Sole Source COLE M. RIVERS FISH HATCHERY Agency: Department of the Army Office: U.S. Army Corps of Engineers Location: USACE District, Portland Contract No. W9127N20C0028 P00012 NOTICE: This is a special notice prepared in accordance with Federal Acquisition Regulation (FAR) 5.2 �Synopses of Proposed Contract Actions.� The U.S. Army Corps of Engineers (USACE), Portland District owns the Cole M. Rivers Fish Hatchery, which produces several salmonid stocks to aid in meeting mitigation obligations for Lost Creek and Applegate Dams. The Government has a need for operations and maintenance services at this facility for a three (3) month period � 1 September through 30 November 2025. This will be a modification to the existing Cole Rivers Hatchery contract, W9127N20C0028 modification P00012. 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 $19.5 million. 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. Work includes the following: Cole M. Rivers Fish Hatchery - Work requirements include management of the Cole M. Rivers Hatchery and Applegate Fish Trap, provided as Government Furnished Property (GFP), an asset of USACE�s. This facility produces several salmonid stocks to aid in meeting mitigation obligations for Lost Creek and Applegate Dams. The Government has a need for operations and maintenance services at this facility. The Contractor will carry out fish production, transportation, and release or transfer of fish in accordance with the applicable Hatchery Genetic Management Plan (HGMP) and in compliance with state and federal regulations. The Contractor will monitor and account for the health of all fish during the fish production process and appropriately mark and tag the fish prior to release. The Contractor will also provide routine maintenance at the hatchery and provide the Government with a bi-annual report detailing the operation, management, and maintenance activities carried out during the relevant period. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS. All responsible sources may submit a capability statement, to the contracting specialist before the notice end date. If no affirmative written responses are received by 10:00 AM (PDT) on 30 July 2025, 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. 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 UEI 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 perform the raising/transporting/maintenance/hatchery. Describe recent and relevant experience within the last five (5) years to include the following: a) Experience in providing fish health services at hatcheries at a large scale; b) Experience with aquaculture, fish handling and tagging procedures, and fish health monitoring; c) Experience providing routine maintenance services at fish hatcheries; d) Skills, equipment and personnel required to perform the specified type of services are available, or can become available, upon contract award, including juvenile and adult transportation equipment for transfer between hatcheries and fish facilities, and marking and tagging equipment that provides an adipose fin clipping rate of at least 99% and coded wire tag retention rate of at least 97% while maintaining a mortality rate of less than 1% for the tagging groups listed above; e) Examples of recent and relevant experience coordinating with other agencies regarding hatchery operations. Highlight any experience working with the Oregon Department of Fish and Wildlife (ODFW), Washington Department of Fish and Wildlife (WDFW), and the National Marine Fisheries Service (NMFS) as it pertains to the services described above; f) Relevant experience complying with Biological Opinions (BiOps) and Hatchery Genetic Management Plans (HGMPs); Please limit responses to allow the Government to determine interested parties, socioeconomic status availability, and capabilities. Electronic responses and questions shall be submitted via email to all POCs listed, below. 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-P 333 SW 1st Avenue Portland, OR 97204 Points of Contact for this Notice: Email: Melanie.A.Barrett@usace.army.mil; Justin.F.Fueredo@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/80d8f75b8ef04bafba66e898045c3fd2/view)
- Place of Performance
- Address: Trail, OR 97541, USA
- Zip Code: 97541
- Country: USA
- Zip Code: 97541
- Record
- SN07509297-F 20250717/250715230043 (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 |