SPECIAL NOTICE
F -- Notice of Intent to Sole Source - Cole M. Rivers Fish Hatchery Operation Services
- Notice Date
- 3/24/2017
- Notice Type
- Special Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N-17-R-0032
- Archive Date
- 4/25/2017
- Point of Contact
- Patrick Collins, Phone: 5038084594, Chelsea Tikotsky, Phone: 503-808-4608
- E-Mail Address
-
patrick.collins@usace.army.mil, Chelsea.M.Tikotsky@usace.army.mil
(patrick.collins@usace.army.mil, Chelsea.M.Tikotsky@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Sole Source Synopsis: 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) intends to negotiate/award a sole-source contract with the Oregon Department of Fish and Wildlife (ODFW). This requirement is to produce fish at the Cole M Rivers hatchery and release them into the Rogue River Basin in support of the USACE, NWP Hatchery Program, which provides mitigation for dams owned and operated by the USACE. The specific work is to be performed at the Cole M. Rivers Hatchery and Applegate Fish Trap. Operation services of the Cole M. Rivers fish hatchery have been historically performed by ODFW under a cooperative agreement between NWP and ODFW. Services include provision of all personnel, equipment, tools, materials, vehicles, supervision, and other items necessary to operate the hatchery to produce and release fish to meet USACE mitigation obligations for William L. Jess (Lost Creek) and Applegate Dams. 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. Cole M. Rivers hatchery possesses a unique situation that requires a sole source contract with ODFW to operate this hatchery. There are several interdependent components of hatchery operations that, in aggregate, necessitate a sole source contract. Firstly, ODFW is the only known owner and operator of an automated mobile fish marking and tagging facility (trailer) with the ability to mark (adipose fin-clip) and tag (coded-wire tag) millions of fish each year. This mobile fish marking and tagging facility is critical to aquaculture activities. After conducting market research, no other contractors with available marking and tagging trailers were found. Because ODFW is the only entity that owns a marking and tagging trailer, and that trailer is not available for other firms to utilize, ODFW is the only contractor able to perform this component of the required work. Secondly, the hatchery operator must continually monitor the health of fish from the egg stage to time of release. Fish that show signs of distress or sickness must be quickly attended to by the hatchery operator - with immediate assistance and direction from the health specialist. This type of direct interaction between the health specialist and hatchery operator can only be achieved through the hatchery contractor providing fish health services internally or by using a subcontractor. In sum, fish hatchery operations, fish health services, and marking and tagging are inextricably linked due to the timely coordination and direction required between the three tasks. This type of direct interplay between all three components of hatchery operations can only be achieved through one contractor under one contract Therefore, the requirement, to produce and release a specific number and type of healthy and properly identified fish, can only be fulfilled through a sole source contract with ODFW. 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 $15 million. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS. All responsible sources may submit a capability statement, proposal, or quote to the contracting officer before the notice end date. If no affirmative written responses are received by 08:00 AM local time on 10 April 2017, 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 Patrick.Collins@usace.army.mil and Chelsea Tikotsky Chelsea.M.Tikotsky@usace.army.mil. USACE is not responsible for any costs incurred by responding to this notice. Point of Contact for small business questions or assistance is the USACE NWP Small Business Specialist Carol McIntyre Direct: 503-808-4602 Email: carol.a.mcintyre@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-17-R-0032/listing.html)
- Record
- SN04446617-W 20170326/170324234155-1e9d18af6bcd791ccfc389283382e58a (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 |