SOURCES SOUGHT
F -- Sources Sought "Analysis of Avian Predation on Juvenile Salmonids and Effects of Management Actions on Regional Avian Populations."
- Notice Date
- 5/15/2012
- Notice Type
- Sources Sought
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-12-R-SS28
- Response Due
- 7/2/2012
- Archive Date
- 8/31/2012
- Point of Contact
- Mary Van Sickle, 509-527-7204
- E-Mail Address
-
USACE District, Walla Walla
(mary.m.vansickle@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Synopsis constitutes a Request for Information to assist the United States Army Corps of Engineers, Walla Walla District in Market Research of Industry to identify potential sources that may meet service requirements. Advisory and Assistance Services by biologist(s) with demonstrated experience in conducting ornithological research are necessary to provide analysis of avian predation on juvenile salmonids and effects of management actions on regional avian populations. Services to be provided by qualified scientist(s) will need to be highly integrated with similar research, monitoring, and evaluation (RM&E) efforts being conducted by the Corps' Portland District and Bonneville Power Administration within the Columbia River basin and along the west coast. The objectives of this requirement are to: 1) Evaluate the impacts of avian predation on juvenile outmigrating salmonids within both the Columbia River basin and areas where avian predators may relocate to as part of implementing management actions intended to reduce avian predation impacts on ESA listed species within the Columbia River basin; 2) Evaluate impacts to west coast avian populations as a result of management actions taken to reduce predation on ESA listed species. Specific avian species of concern include, but are not necessarily limited to, Caspian terns, Double-crested cormorants, American White Pelicans, and various gull species. This RM&E requires specific techniques and methodologies, analysis procedures, and equipment in order to maintain continuity of data and regional acceptability of the work. This includes sufficient demonstrated experience necessary to gain the required regulatory permits in a timely fashion for completing this type of work including, but not limited to, those required by the Migratory Bird Treaty Act and the Endangered Species Act. Specific knowledge, skills, and abilities necessary to complete these objectives include: the ability to determine PIT tag deposition rates on colonial waterbird colonies, Caspian tern social attraction methods, piscivorous colonial waterbird monitoring techniques including those specifically for Caspian terns and Double-crested cormorants, upland PIT tag recovery techniques, Caspian tern and Double-crested cormorant bio-energetic modeling, stock-specific salmonid predation rate analysis by piscivorous colonial waterbirds, PIT tag detection efficiency methodology, PIT tag deposition rate analysis, avian kleptoparasitism rates, smolt vulnerability analysis, and ability to conduct satellite and radio tracking of Caspian terns and Double-crested cormorants. While specific objectives will vary over time depending on the Corps' needs as part of implementing management actions, the Offeror's deliverables shall focus on describing analysis and summary of RM&E results based upon the type of efforts described above. The biologist(s) will be expected to attend various Corps sponsored meetings, including AFEP related events, to discuss and assist in interpretation of study results, and to provide comments and suggestions on the development and implementation of research studies, experimental designs and management plans. A responding company must verify willingness and capability to provide the service identified in this RFI. Interested statements shall be limited to five pages and shall include the following information: a.Firm's name, addresses, point of contact, phone number, and email address. b.CAGE Code and DUNS Number. c.A capability statement expressing interest in proposing on the solicitation when it is issued, describing the company and its specialized experience with the Bureau of Reclamation, US Army Corps of Engineers, and/or public utilities. d.A statement detailing any special qualifications or certifications (including a copy of relevant certifications), applicable to the scope of services requested, held by the in-house personnel of the firm expressing interest. e. A list of the firm's current or past specialized experience similar to or the same as the summary scope of services for this requirement performed in the last five years. Include a brief description of each project scope, schedule, dollar value, and explanation for contract termination (if applicable). f.Identify your company's size given the above identified NAICS Code. g.If your company is part of a Small Business program, please provide verification. h.Identify your company's socio-economic status. Responses are due no later than close of business June 18, 2012. No phone responses will be accepted. All responses shall be unclassified and reviewed (prior to submission to the Government) to ensure that there are no operational sensitivities. Note that a Request for Proposal (RFP) would include requirements that are more detailed than what is identified in this Sources Sought Synopsis. Response Due Date: June 18, 2012 Response Due Time: 1600hrs/4:00PM Time Zone for Due Time: Pacific Standard Time This is not a Request for Proposal (RFP) or Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government; it is only to obtain market capabilities/industry comments and is to be used for informational purposes only. The Government does not intend to make an award on the bases of this sources sought synopsis/request for information, nor will the Government pay for the information solicited herein. Copies of the submitted information will be reproduced and review may be used to develop a Request for Proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-12-R-SS28/listing.html)
- Place of Performance
- Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Zip Code: 99362-1876
- Record
- SN02747923-W 20120517/120515235144-c3f671aaa0487d20f62b69f444d1a2f2 (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 |