Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2018 FBO #6154
SPECIAL NOTICE

C -- Middle Methow Architectural & Engineering Habitat Design Services

Notice Date
9/27/2018
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Bureau of Reclamation Pacific Northwest Region Regional Office Acquisition Management Division 1150 N. Curtis Road, Ste. 100 Boise ID 83706-1234 US
 
ZIP Code
00000
 
Solicitation Number
140R1018R0063
 
Archive Date
10/10/2018
 
Point of Contact
Aiken, Stephanie
 
Small Business Set-Aside
N/A
 
Description
Fish Habitat Design Services Sources Sought No. 140R1018R0063 SOURCES SOUGHT Synopsis: This is a Sources Sought Notice for potential offerors to support the U.S. Bureau of Reclamation for the Pacific Northwest Regional Office in Boise, Idaho. This is NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB) and DOES NOT serve to bind the U.S. Government in any way. Interested parties shall not be reimbursed for any costs associated with preparation of their responses. The U.S. Bureau of Reclamation (USBR), Pacific Northwest Regional Office is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to identify potential firms. NO SOLICITATION IS CURRENTLY AVAILABLE. If a solicitation is issued, it will be announced on Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. PROJECT BACKGROUND The USBR and project partners are striving to improve access and habitat conditions for endangered salmonids in the states of Idaho, Oregon and Washington. This work is funded by the US Bureau of Reclamation Pacific Northwest Region s Columbia Snake Salmon Recovery Office (CSRO). As part of the current Biological Opinion on Operation and Maintenance of the Federal Columbia River Power System, issued by the National Marine Fisheries Service (NMFS), the Reclamation Tributary Habitat Program provides technical assistance in coordination with local partners to implement flow, screen, access, and channel of upcoming fish habitat improvement efforts on the Methow River and its tributaries between Pateros and Winthrop, WA under the Endangered Species Act. The focus of USBR s habitat work is to improve flows and remove passage barriers in order to improve fish migration, spawning and rearing conditions as well as habitat improvement activities which foster the naturalization of channels. PROJECT DESCRIPTION USBR is seeking A&E services over a five-year performance period from firms with expertise in Civil/Hydraulic Engineering, Ecology, Geomorphology, Riparian Biology, GIS, Cultural Resource Investigations, and Assistance with Environmental Compliance/Permitting to provide the CSRO program preliminary and final designs for habitat improvement projects, water delivery infrastructure, fish passage and access including dam removal, fish screening, and flow augmentation actions. Fish habitat improvement projects may include floodplain activation and enhancement, side channel reconnection and enhancement, installation of Large Woody Material (LWM), channel relocation to historic conditions, increased hyporheic flow and groundwater interaction. Interested offerors must be licensed and registered to perform the aforementioned types of services in Washington prior to award of an IDIQ contract. If your company/staff are not registered for Washington, but will be licensed prior to award, please provide a statement in your response to this notice of your intent to comply with this requirement. The contractor will be responsible for providing all required personnel, equipment, travel costs, tools and materials needed to accomplish various projects that will be ordered via Task Orders (TO) under an Indefinite Delivery / Indefinite Quantity (IDIQ) type contract vehicle. With one solicitation, the USBR anticipates awarding a single award IDIQ contract. The contractor will be expected to be able to effectively coordinate, with multiple stakeholders and special interest groups including the handling of highly charged and potentially difficult meetings during the course of a five year period. These stakeholders and special interest groups may include but are not limited to the following: -U.S. Bureau of Reclamation Pacific Northwest Region, Columbia Snake Salmon Recovery Office, and Technical Service Center -Bonneville Power Administration (BPA) -Methow Salmon Recovery Foundation -Upper Columbia Salmon Recovery Board -Upper Columbia Regional Technical Team -NOAA Fisheries -Washington Department of Fish & Wildlife -Washington Department of Natural Resources -Washington Department of Ecology -US Forest Service -Private landowners -Confederated Tribes, Native American Groups -Columbia Basin research and monitoring groups The IDIQ Task Orders may also include the following minimum requirements (this list is not all inclusive): 1.Provide complete engineering design drawing and construction specification packages and support to include inspection plans, construction contract assistance, construction observation (field oversight), engineering support, and post construction inspections. 2.Natural channel design including analysis of hydrology, geomorphology, and riparian ecology. 3.Write reports so that the information is accessible to the public and supported by scientific information and underlying cited scientific documents. 4.Render conceptual drawings to be used during early project discussions. 5.Prepare applications and supporting documentation for Army Corps 404 permits, Clean Water Act 401certifications, Section 106 Consultations, and any other necessary state or local permits. 6.Perform wetland determinations and/or delineations and complete reports documenting results. 7.Develop restoration/planting plans in coordination with the project team. 8.Produce GIS products such as maps, spatial analysis, models, and 3D site drawings using elevation data. 9.Attend and lead project team meetings and also potentially highly charged public meetings. QUALIFICATIONS Contractors will be expected to be led by staff with expertise in the biological or related sciences, extensive experience with salmon issues, and ability to understand and work with an Intensively Monitored Watershed report for the reach and tributary and reach assessments previously conducted for the area. Completing the work requirement in this reach will require an ability to utilize extensive biological knowledge coupled with engineering and geomorphic design expertise to produce a unique design suited to this area that maximized fish habitat uplift while protecting infrastructure and meeting the needs of local residents. PERFORMANCE PERIOD Performance is anticipated to begin in January 2019 through January 2024. LOCATION Work is located along the Methow River and its tributaries between Pateros and Winthrop, WA. The North American Industry Classification System (NAICS) is 541330 - Engineering Services, Small Business Standard Size $15.0M. It is anticipated the IDIQ total contract value is approximately $4,000,000.00. Responses to this notice will be used by the Government to make the appropriate acquisition decision for establishing the type of set-aside for the solicitation. Contractors must be registered in System for Award Management (SAM.gov) (see internet site: http://www.sam.gov) RESPONSES TO THIS NOTICE All interested and qualified firms responding to this sources sought notice are required to provide the following information: 1.CAGE Code and DUNS Number; 2.Firm's Capability Statement: The Capability Statements shall be no more than 5-pages in length and at minimum shall identify the following: -A list of at least three (3) similar Architect-Engineering projects designed within the last five (5) years. -The list of relevant contracts/projects shall include the location, contract number, description, and estimated yearly value, performance dates and Government point(s) of contact (contracting officer and QAE/inspector) with phone and fax numbers. Additionally, the project descriptions shall identify how these projects are similar or relevant to the Project Description and the contents of this notice. -All Small Business Classifications under a Small Business Administration socio economic program such as, 8(a) Business Development Program, SDVOSB, HUBZone, SDB, and or WOSB; Interested parties and potential bidders or offerors can email, with subject line, 140R1018R0063 Middle Methow IDIQ sources sought, their capabilities and relevant history to Stephanie Aiken at saiken@usbr.gov, no later than 2:00 p.m. Mountain Time, Wednesday, October 10, 2018. Facsimiles will not be accepted. Please address all questions in writing to Stephanie Aiken, Contracting Specialist via email at saiken@usbr.gov. Telephone inquiries will NOT be acknowledged or accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/97536b0c7f253bb8247453828b33755b)
 
Record
SN05108666-W 20180929/180928030927-97536b0c7f253bb8247453828b33755b (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 |
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.