MODIFICATION
R -- Jackson County Watermaster Streamgaging, Rogue River Project, Bend, Oregon
- Notice Date
- 9/12/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Bureau of Reclamation Pacific Northwest Region See Administered By Office 98901 US
- ZIP Code
- 00000
- Solicitation Number
- 140R1018Q0066
- Response Due
- 7/31/2018
- Archive Date
- 8/15/2018
- Point of Contact
- Somerville, Amanda
- Small Business Set-Aside
- N/A
- Description
- THIS AMENDED NOTICE OF SOLE SOURCE INTENT CORRECTS THE NAICS CODE. THE NAICS CODE FOR THIS CONTRACT IS 541620. Notice of Sole Source Intent This notice is not a request for competitive quotes. The Bureau of Reclamation, Pacific Northwest Regional Office intends to award a contract for Streamgaging for the Rogue River Project in Bend, Oregon. Reclamation has found the Jackson County Watermaster to be the only source able to successfully complete the required services. The awarded contract will be for a base period of 12 months. The contract will also include four (4) 12-month option periods. Reclamation believes that only one responsible source can fully provide the services that will satisfy the agency ¿s requirements. A Justification for Other Than Full and Open Competition is being prepared. The Government anticipates award no later than December 31, 2018. Vendors that have questions regarding the sole source nature of the requirement or vendors that believe they can fully provide the required services are encouraged to identify themselves and give written notification to the Contract Specialist listed below within 7 calendar days of this notice. Responses to this notice can be e-mailed to asomerville@usbr.gov. All responses should include the vendor ¿s Duns and Bradstreet (DUNS) Number and Tax Identification Number (TIN). Vendors should additionally identify themselves as either a ¿small business ¿ or an ¿other than small business ¿ under North American Industry Classification System (NAICS) Code 924110. A determination by the Government not to compete this proposed action is solely within the discretion of the Government. Any contractor interested in doing business with the Federal Government must be registered and active in the System for Award Management database prior to award of a contract or agreement. SAM is a Federal Government owned and operated FREE website at www.SAM.gov. All invoices for this procurement must be submitted through the Department of Treasury ¿s Internet Payment Platform located at www.IPP.gov. Any questions related to this posting can be directed to Mandy Somerville at ASomerville@usbr.gov The Bureau of Reclamation, Pacific Northwest Region, requires hydrological services to administer the Rogue River Basin Water Monitoring and Measurement Program. This posting shall not be considered as a request for quotes, nor as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the contractor ¿s response to this posting or the Government's use of such information. No contract will be awarded as a result of this announcement. Data submitted in response to this RFI will not be returned. A determination by the Government not to compete this proposed action based on the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. The principal components of the work include: developing rating tables for various stream gages in the Basin and technician services to service and maintain equipment. The period of performance is anticipated to include a 12 month base year period, and four 12 month option periods. INSTRUCTION FOR RFI SUBMISSION: E-mail responses to this request for information are preferred. The due date and time for responses to this Sources Sought is at 4:30 pm Mountain Daylight Time on July 31, 2018. Please email your responses to asomerville@usbr.gov. Respondents should include as part of their submission: a.A synopsis of the company's capabilities to provide the items and the installation into vehicles. b. DUNS Number c.Company Name d.Company Address e.Business size, SDVOSB, HUBZone, or Woman owned status, as validated via the System for Award Administration (SAM). All offers must register on the SAM located at http://www.SAM.gov f.Company point of contact, phone and email address. g.Past work experience. If you have experience working with other Federal Agencies and/or commercial businesses of similar size and scope, please include agency and/or business name contract number (if applicable), amount and type of contract (e.g. FFP, T&M, Labor hour etc).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4979a52ba244976da1647d840f06ed8d)
- Record
- SN05085078-W 20180914/180912230818-4979a52ba244976da1647d840f06ed8d (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 |