SOURCES SOUGHT
B -- Biological and Ecological Studies MATOC - Sources Sought Documents W9127N19R0023
- Notice Date
- 10/12/2018
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting 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
- W9127N19R0023
- Archive Date
- 11/14/2018
- Point of Contact
- Brooke L. Patterson, Phone: 5038084618, Ryan S. Shoemaker, Phone: 5038084628
- E-Mail Address
-
Brooke.L.Patterson@usace.army.mil, ryan.s.shoemaker2@usace.army.mil
(Brooke.L.Patterson@usace.army.mil, ryan.s.shoemaker2@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3 - Capabilities Matrix (Word) Attachment 3 - Capabilities Matrix (PDF) Attachment 2 - Company Experience Overview (Word) Attachment 2 - Company Experience Overview (PDF) Attachment 1 - Draft Statement of Work Sources Sought Notice 1. General: This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (NWP) has been tasked to solicit for Indefinite-Quantity, Indefinite-Delivery (IDIQ) Multiple Award Task Order Contracts for Biological and Ecological Services to support the Portland District, Walla Walla District, and Seattle District. No solicitation is currently available. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities, www.fbo.gov, at a later date. The purpose of this Sources Sought is to gain knowledge of interest, capabilities, and qualifications of various members of the industry, to include the Small Business Community. Small Businesses, Small Disadvantaged Businesses (including 8(a) firms), Historically Underutilized Business Zone (HUBZone) Businesses, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and Woman Owned Small Businesses (WOSB) (including Economically Disadvantaged Women-Owned Small Businesses (EDWOSB)) are highly encouraged to respond. The point of contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre, at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil. 2. Contract Information: The Portland District expects to solicit Indefinite-Quantity, Indefinite-Delivery (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Biological and Ecological Studies within the US Army Corps of Engineers' Portland District, Seattle District, and Walla Walla District. The proposed solicitation will be a competitive procurement. Responses to this Sources Sought announcement will be used by the Government to support and make acquisition strategy decisions, including, if appropriate, a small business set-aside decision. 3. Project Description: Work is for the performance of studies of behavior, physiology, ecology, injury rates, survival rates, abundance, and population dynamics of fish, birds, and/or other organisms. Components of the work may include literature reviews, study planning and execution, experimental design development, research in the field or elsewhere to collect data, data analysis, and data management. While the IDIQs contemplate studies of fish, birds, and/or other organisms, interested parties are advised that the primary area of work requires expertise with the Fisheries Studies services outlined in the Statement of Work. See Attachment 1 - Draft Statement of Work. North American Industrial Classification Code (NAICS): 541690 - Other Scientific & Technical Consulting Services Size Standard: $15,000,000 Federal Service Code: B516 - Special Studies/Analysis- Animal/Fisheries 4. Submission Instructions: Interested parties may submit a response in electronic format only via email to brooke.l.patterson@usace.army.mil by no later than 30 October 2018 4:00 pm Pacific Time. Electronic files shall be in Adobe Acrobat PDF format. Emails should not exceed 10MB. The information submitted should not exceed a total of ten (10) 8½ x 11 sized pages, with one inch margins, and font no smaller than 10 point. Note: Attachment 3 - Capabilities Matrix does not count towards the page limit. Respondents shall include the following as part of their Sources Sought submission: A. A completed Attachment 2 - Company Experience Overview (or document containing the same content) describing the following: • Company Name, Cage Code, and DUNS number. • Company point of contact, phone number, and email address. • Business size, as validated via the System for Award Administration (SAM). All offerors must register on the SAM located at http://www.sam.gov to be eligible for a federal contract award. • Indicate the primary nature of your business. Indicate the primary NAICS code of your business. Provide verification of your firm's ability to support the geographic locations identified in this notice. • Indicate experience with the categories of work outlined in the Statement of Work. B. A completed Attachment 3 - Capabilities Matrix that provides a brief summary of the capabilities to provide the Biological and Ecological Services described in the Statement of Work. Indicate whether the various categories of services would be subcontracted out or performed by the prime contractor. As a reminder per 52.219-14, Limitations on Subcontracting, any service contracts that have been set aside or reserved for small business concerns require at least 50 percent of the cost of contract performance incurred for personnel to be expended for employees of the small business concern. C. Provide up to two (2) examples of projects for which your firm was the prime contractor, which were completed within the past five (5) years, demonstrating your firm's experience with conducting the types of services outlined in the Statement of Work. Narratives should describe the type of work, dollar value of project, and role in the project. At least one of the examples submitted shall demonstrate experience with the Fisheries Studies category of work. Interested firms may list up to three (3) other projects, not narratively described, that further demonstrate their experience. 5. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought Notice or any follow-up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. The content of the Statement of Work is subject to change and is for informational purposes only. Standard company brochures will not be considered a sufficient response to this Sources Sought. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities (www.fbo.gov). However, responses to this notice will not be considered an adequate response to a solicitation. All interested companies must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current to be eligible for award of a Government contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N19R0023/listing.html)
- Place of Performance
- Address: Within the US Army Corps of Engineers Area of Responsibility for the Portland District, Walla Walla District, and Seattle District., United States
- Record
- SN05122250-W 20181014/181012230448-67e63c3931462f251e280e0f439f5fc6 (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 |