SPECIAL NOTICE
F -- Oregon Biological Monitoring/Fish Hatchery Management Services
- Notice Date
- 10/26/2023 12:49:13 PM
- 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
- W9127N-24-R-0011
- Response Due
- 11/13/2023 10:00:00 AM
- Archive Date
- 11/28/2023
- Point of Contact
- Melanie.A.Barrett, Phone: 5038084617, Patrick Collins, Phone: 5038084594
- E-Mail Address
-
Melanie.A.Barrett@usace.army.mil, patrick.p.collins@usace.army.mil
(Melanie.A.Barrett@usace.army.mil, patrick.p.collins@usace.army.mil)
- Description
- 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 (NWP) has requirements for production, release, monitoring, and evaluation of hatchery chinook, steelhead, bull trout throughout the Willamette Valley, Rogue River Basin, and along the Columbia River. NWP is seeking to establish an Indefinite Quantity, Indefinite Delivery (IDIQ), Single Award Task Order Contract (SATOC) for these requirements which have historically been contracted to Oregon Department of Fish and Wildlife (ODFW) on a sole source basis. 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: Willamette Valley Fish Hatcheries/Facilities � The requirement is to furnish spring Chinook salmon and steelhead production/release and facility management services for the Marion Forks Hatchery/Minto Fish Facility located on the North Santiam River, South Santiam Hatchery/Foster Fish Facility, McKenzie Hatchery, Leaburg Hatchery, and Willamette Hatchery/Dexter Fish Facility.� Fish production at these facilities is to assist the U.S. Army Corps of Engineers in fulfilling mitigation obligations for its Willamette Valley Project Dams.� Each hatchery possesses a suite of unique situations that include, but are not limited to, facility location and ownership.� 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 exclusive right to use this facility. ODFW also retains ownership of several South Santiam Hatchery buildings that are critical to aquaculture activities.� 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. Bonneville Fish Hatchery Facility - Work requirements include fish hatchery operations at the Bonneville Fish Hatchery, provided as Government Furnished Property (GFP) as ownership is maintained by USACE. �The Contractor shall provide personnel, equipment, tools, materials, vehicles, supervision, and services necessary to operate and maintain the Bonneville Hatchery, as specified under this contract and to produce and release chinook fish in support of USACE mitigation objectives for The Dalles and John Day Dams. 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. At Bonneville Hatchery, ODFW owns a real estate interest in an abatement pond at the hatchery that must be used to rear the required fish.� 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. Bull Trout/Oregon Chub Monitoring and Evaluation � The Contractor will aid USACE in reestablishing naturally reproducing Bull Trout populations in suitable and formerly occupied sites to increase the viability of the species above the Willamette Valley Project USACE Dams. This work will reduce the loss of adult Bull Trout attempting to access upstream habitat above USACE dams in the Willamette River Basin. These two (2) objectives will be accomplished by assessing the impact of the dams on individual movements, distribution, abundance, and timing of Bull Trout spawning. These assessments include employing multiple techniques: �capturing bull trout downstream of dams, conducting spawning surveys, operating a Passive Integrated Transponder (PIT) tag detection system, conducting juvenile Bull Trout distribution and abundance surveys, translocating fish, conducting habitat suitability analysis, and updating a genetic management plan.� A Contractor�s development, ownership, and use of the PIT tag detection system has maintained consistency and continuity with monitoring and studies conducted to date. These services are necessary to comply with the United States Fish and Wildlife Service�s (USFWS) signed Biological Opinion (BiOp) on the Continued Operation and Maintenance of the Willamette River Basin Project and Effects to Oregon Chub, Bull Trout, and Bull Trout Critical Habitat Designated under the ESA. This BiOp was signed 11 July 2008, and ODFW has been assisting USACE NWP with the monitoring and surveying services since the BiOp was signed. Vendors that are capable of scientific monitoring and studies associated with the Oregon Bull Trout fish species must demonstrate PIT System capability before this SATOC is awarded. The Ordering Period is anticipated to be 1 June 2024 through 31 May 2029. 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 13 November 2023, 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 SOURCES SOUGHT 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: Experience in providing fish health services at hatcheries at a large scale; Experience with aquaculture, fish handling and tagging procedures, and fish health monitoring; Experience providing routine maintenance services at fish hatcheries; Ability to operate and maintain multiple fish hatcheries or fish collection facilities, such as hatchery facilities that would allow production and release of millions of fish in the North Santiam River, South Santiam River, McKenzie River, Middle Fork Willamette River the Rogue River basin, and along the Columbia river is required; Access to facilities capable of spawning, hatching, and rearing chinook through early life stages. (NOTE:� USACE is unable to provide access to ODFW facilities described above to accomplish the work requirements. Interested parties must describe how they would transition work currently being performed at ODFW facilities to facilities it has access to.); Ability to transport juvenile salmonids in required quantities at specific life stages. 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; 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; Relevant experience complying with Biological Opinions (BiOps) and Hatchery Genetic Management Plans (HGMP); Responsible for providing all other equipment needed to fulfill the requirement, including, but not limited to, juvenile transportation vehicles suitable for transferring live fish, egg incubation trays and stacks, and marking and tagging equipment that provides an adipose fin clipping rate of less than 1% for the tagging groups listed above; Report writing, analytical capabilities and problem-solving skills. Passive Integrated Transponder (PIT) System capabilities: Capability to procure, permit, design, and install a PIT System timely and be ready for timely installation of PIT tag detection system; Description of data collection methods and protocols suggested for: capturing bull trout downstream of dams, conducting spawning surveys, operating a PIT tag detection system, conducting juvenile Bull Trout distribution and abundance surveys, translocating fish, conducting habitat suitability analysis, and updating a genetic management plan; Description of relationships secured to facilitate providing access to specialized facilities and equipment needed to perform these services (translocating fish, PIT System, etc.). 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; Patrick.p.collins@usace.army.mil;
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b1ef946039c14b8c96f22e2ec919183f/view)
- Place of Performance
- Address: OR 97204, USA
- Zip Code: 97204
- Country: USA
- Zip Code: 97204
- Record
- SN06868748-F 20231028/231026230050 (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 |