Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2019 FBO #6280
SOURCES SOUGHT

N -- OR,KFFWO UKL NET PEN AQUACULTURE FACILIT

Notice Date
1/31/2019
 
Notice Type
Synopsis
 
NAICS
112519 — Other Aquaculture
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE<br />EASTSIDE FEDERAL COMPLEX<br />911 NE 11TH AVENUE<br />PORTLAND<br />OR<br />97232-4181<br />US<br />
 
ZIP Code
97232
 
Solicitation Number
140F0119R0005
 
Response Due
2/12/2019
 
Archive Date
2/27/2019
 
Point of Contact
Lautzenheiser, Karl
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS 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. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this unrestricted requirement can (other than sole sourced). The synopsis and solicitation, if issued, will be made available on FedBizOpps (http://www.fbo.gov). It is the potential offeror's responsibility to monitor FedBizOpps for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 112519 Other Acquaculture Small Business Size Standard: $.75 million Product and Service Code (PSC): N020 Installation of Ship and Marine Equipment GENERAL INFORMATION: The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has a requirement to procure a firm fixed price order to fabricate, transport and install net pen aquaculture facilities for endangered suckers in Upper Klamath Lake, Klamath Falls, Oregon. In order for work to commence this spring, the intent would be for fabrication and onsite construction of net pens to be in place no later than May 31, 2019 and if possible, an earlier date than May 31, 2019. Industry feedback is appreciated on what is considered plausible. OBECTIVES: Provide net pen aquaculture infrastructure that can withstand the water quality and weather conditions, including large winter ice flows and low dissolved oxygen, of Upper Klamath Lake, OR according to industry standards for general wear and tear. - Design net pens that are congruent with target species biology. - Ensure that the net pen aquaculture facility is congruent with the manufacturers ¿ guidelines to ensure liability of the manufacturer in regards to improper construction onsite. - Fabrication and onsite construction of net pens will be available and in working order by no later than May 31st, 2019. SCOPE: Design, fabricate, and ensure proper installation of net pens for deployment in Upper Klamath Lake for rearing of endangered Lost River and Shortnose suckers. Services include design of a facility with a minimum of 4 nets with approximately 3,000 square feet of surface area per net that is in contact with the benthos of Upper Klamath Lake. The design should be easily scalable with minimal additional infrastructure to include up to 30 nets with approximately 3,000 square feet per net. The total initial net surface area in contact with the lake benthos should be adequate for stocking 12,000 suckers at a density of one fish per square foot. The design of all structures and nets will be able to withstand high frequency waves and winter ice flows inherent in Upper Klamath Lake without sustaining damage according to industry standards. Submersible designs are preferred; however, other designs will be considered if adequate justification is provided. All structures and nets shall be easily accessible for semiannual cleaning and able to withstand additional weight as a result of significant biofouling inherent in Upper Klamath Lake. The deployment site of all structures and nets will be according to the preference of the Contracting Officer Representative and is tentatively at the Rattlesnake Point site (42 °20'42.00"N, 121 °51'31.00"W). All structures and nets shall be fabricated for deployment in minimum and maximum lake depth according to records initiated in 2005 by the USGS Oregon Water Science Center for Rattlesnake Point (RPT) and which can be found at https://or.water.usgs.gov/cgi-bin/grapher/graph_setup.pl?basin_id=ukl&site_id=11505900#step2. Additionally, structures and net design will account for potential sinking into the muddy lake bottom by providing methods of recovery in the event of this occurrence, or construction that prevents this possibility. All nets will be equipped with adequate protection from avian and aquatic predators such as grebes, pelicans, terns, seagulls, cormorants, otters, osprey, eagles, and adult yellow perch as well as other aquatic animals that may damage infrastructure, or nets, such as muskrats. All structures and nets will be equipped with necessary infrastructure for the placement of aeration equipment sufficient to supply oxygenated water to all nets. A power source for the operation of electric motors associated with aeration will be included. The power source must be easily removable and transportable for over-wintering of the facility and it must not require more than weekly maintenance. All nets will have a platform on at least one side of the net for monitoring and access of fish for sampling and release. Walking platforms shall be at least three and a half feet in width and include one larger platform that is, at minimum, seven and a half feet in width, twelve feet in length, and able to support 3,500 lbs. The net shall be made of tear resistant material and have a maximum mesh size of 6 millimeters. Cost analysis and feasibility of net pen size in order to meet the required stocking density and number of individual nets is the responsibility of the manufacturer. INSTRUCTIONS TO RESPOND TO SOURCES SOUGHT SYNOPSIS: Prior Government contract work is not required for submitting a response to this synopsis. Firm's responses to this synopsis shall be limited to ten (10) pages and at a minimum, shall include the following information: 1. Name and address 2. Point of contact name, phone number and email address 3. CAGE Code and DUNS Number (if applicable) 4. Interest in working as a prime contractor, subcontractor or other (please explain) 5. Capabilities: Firms shall demonstrate their ability to meet the requirements in the section titled `CAPABILITIES. ¿ 6. Business size based on the listed NAICS Code, as well as any socioeconomic categories (Small Business, 8(a), HUBZone, WOSB, EDWOSB and SDVOSB) Responses will be shared within the Government's project team, but otherwise will be held in strict confidence. Interested firms shall respond to this synopsis no later than 2:00 PM Pacific Standard Time (PDT) on February 12, 2019. All responses shall be submitted electronically to the Contract Specialist, Karl Lautzenheiser (karl_lautzenheiser@fws.gov). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0119R0005/listing.html)
 
Record
SN05208108-F 20190202/190131230017 (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.