Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2024 SAM #8377
SOURCES SOUGHT

23 -- USACE Portland District - Willamette Valley, Dexter Fish Facility, Live Fish Haul Trucks

Notice Date
11/1/2024 11:15:54 AM
 
Notice Type
Sources Sought
 
NAICS
336120 — Heavy Duty Truck Manufacturing
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N25S0004
 
Response Due
12/2/2024 8:00:00 AM
 
Archive Date
12/17/2024
 
Point of Contact
Nathean Stoner, Phone: 5038084634, Rattiya Oaks
 
E-Mail Address
nathean.w.stoner@usace.army.mil, rattiya.p.oaks@usace.army.mil
(nathean.w.stoner@usace.army.mil, rattiya.p.oaks@usace.army.mil)
 
Description
Sources Sought Sources Sought Number: W9127N25S0004 Agency: U.S. Army Corps of Engineers Location: USACE District, Portland PSC: 2320 � Trucks and Truck Tractors, Wheeled NAICS Code: 336120 � Heavy Duty Truck Manufacturing Notice Type: Sources Sought USACE Portland District - Willamette Valley, Dexter Fish Facility, Live Fish Haul Trucks The purpose of this Sources Sought is for U.S. Army Corps of Engineers (USACE) informational/market research purposes only. This is not a solicitation nor a synopsis of a proposed action under FAR Subpart 5.2. USACE is seeking to identify firms capable of meeting the below outlined requirement. The requirement is for two (2) live fish haul trucks utilizing a firm fixed price schedule. USACE eventually intends to solicit firms that are interested in submitting a competitive, firm-fixed price proposal for the fish trucks for use at the Dexter Fish Facility. 1. �Sources Sought Objective 1.1� USACE is seeking firms capable of meeting the below requirements listed in section 3 for two (2) live fish haul trucks that are to be delivered in May 2026. The purpose is to identify small business concerns capable of meeting this requirement. 1.2� Attached to this Sources Sought is a DRAFT Product Description (Attachment 1) to assist in understanding the details of this requirement. These documents are for example only. 2.� Background The Dexter Fish Facility is located 1.5 miles west of Lowell on the north side of the Middle Fork Willamette River, just below Dexter Dam. It is operated by Oregon Department of Fish & Wildlife (ODFW) to mitigate for fishery losses caused by nearby hydroelectric/flood control projects. Some of the fish facility operations includes adult fish collection, handling, and transportation of salmon, steelhead, and trout. The U.S. Army Corps of Engineers (USACE), Portland District is rebuilding the fish facility, adding major new features, and expanding the project beyond the current footprint. The new facility design also incorporates modern fish collection, sorting, and truck transport features to the original facility. 3. �Description of Contract Requirements 3.1.� The requirement is for a Contractor to provide two (2) live-fish transporting trucks for Dexter Fish Facility to support fish hatchery operation. Both trucks are expected to be delivered to the facility by the end of May 2026. 3.2.� Delivery.� This requirement will be delivered to 40386 W Boundary Rd, Lowell, OR 97452. 4.� Capabilities Statement 4.1.� Please submit capabilities statements demonstrating the capability to meet the example Product Description attached to the Sources Sought to the below listed points of contact via email no later than 0800 PST, 2 December 2024. 4.1.1. The live fish transporting tanks shall be manufactured by an entity that regularly engages in the fabrication of custom stainless-steel tanks used for fish transportation. The fish haul truck (tank and chassis) shall be completely assembled by the tank manufacturer. The tank manufacturer shall submit manufacturer�s qualifications that show a past performance of fish haul tank manufacture. The qualifications shall also provide details on at least two (2) previous fish haul trucks, built by the manufacture, that are similar in size and scope to the fish haul trucks in this contract. 4.2. �Submit the following information: 4.2.1. �Company Name and Cage Code. 4.2.2. �Company point of contact, phone number, and email address. 4.2.3. �Business size, as validated via the System for Award Administration (SAM) for the NAICS above. All offerors must register on the SAM located at http://www.sam.gov to be eligible for a federal contract award. To qualify as a small business, the product may be required to meet the requirements of FAR clause 52.219-33 Nonmanufacturer rule. If required, FAR clause 52.219-33(c)(1) states: The Contractor shall� (i)Provide an end item that a small business has manufactured, processed, or produced in the United States or its outlying areas; for kit assemblers who are nonmanufacturers, see paragraph (c)(2) of this clause instead; (ii)Be primarily engaged in the retail or wholesale trade and normally sell the type of item being supplied; and (iii)Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice; for example, providing storage, transportation, or delivery. 4.2.4.� DFARS clauses 252.225-7000 Buy American--Balance of Payments Program Certificate and 252.225-7001 Buy American and Balance of Payments Program may apply to this procurement. In accordance with DFARS clause 252.225-7001 (c) The Contractor shall deliver only domestic end products unless, in its offer, it specified delivery of other end products in the Buy American�Balance of Payments Program Certificate provision of the solicitation. If the Contractor certified in its offer that it will deliver a qualifying country end product, the Contractor shall deliver a qualifying country end product or, at the Contractor�s option, a domestic end product. 4.2.5.� To assist in market research, please provide an estimated lead time for delivery of the product. 4.3. �Any questions you have on the proposed project. 5. �Disclaimer 5.1� This Sources Sought is for informational purposes only. The information in this notice is subject to change and is not binding on the Government. This is not a solicitation for proposals and shall not be construed as a commitment by the Government to purchase items as described. Responses in any form are not considered offers and the Government is under no obligation to award a contract as a result of this announcement. Funds are NOT available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Sources Sought is strictly voluntary. 5.2� Since this is not a solicitation for proposals, respondents WILL NOT be notified regarding information obtained related to this Sources Sought. Responses will not be returned nor will detailed feedback be made available. Contracting Office Address: US Army Corps of Engineers, Portland District ATTN: CECT-NWP-P 333 SW 1st Avenue Portland, OR 97204 Point of Contact(s) for this notice Email: Rattiya Oaks at Rattiya.P.Oaks@usace.army.mil Email: MAJ Justin Figueredo at Justin.F.Figueredo@usace.army.mil Attachment: Attachment 01 �A.02 DRAFT Product Description_2024.10.29
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a5d833f228874ac4a6cab89c7e61f926/view)
 
Place of Performance
Address: Lowell, OR 97452, USA
Zip Code: 97452
Country: USA
 
Record
SN07255418-F 20241103/241101230106 (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.