Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2020 SAM #6804
SOURCES SOUGHT

Y -- Y--Furnish-Install Underwater Acoustic Deterrent Sys

Notice Date
7/14/2020 9:40:47 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0220R0025
 
Response Due
7/21/2020 12:00:00 AM
 
Archive Date
10/30/2020
 
Point of Contact
Valdez, Robert
 
E-Mail Address
rvaldez@usgs.gov
(rvaldez@usgs.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 237990 with a Small Business Size Standard $39.5M for an upcoming requirement for construction and install a temporary underwater Acoustic Deterrent System (uADS) and fish monitoring array at Lock and Dam 19 on the Mississippi River (Keokuk, IA) in support of an acoustic deterrent research study. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Project Description: The U.S. Geological Survey (USGS), Upper Midwest Environmental Sciences Center (UMESC), La Crosse, Wisconsin, in partnership with the U.S. Army Corps of Engineers (USACE), is studying the use of an underwater Acoustic Deterrent System (uADS) at navigational locks as a means to deter invasive fish migration. Invasive fish, such as Asian Carp, compete with native fish and mussels for food, damaging the aquatic ecosystem and potentially affecting the fishing industry. Lock and Dam 19 in Keokuk, Iowa (Upper Mississippi River) has been identified as an ideal test site for the uADS study. The installation of the system is tentatively scheduled for January 2021, and the study will run with the system operating in the lock approach for up to three years. To support the study and uADS will be installed in the last downstream discharge lateral on the bottom of the lock approach. The system will be dismantled and removed by March 2024. The contractor will be required to furnish and install an underwater Acoustic Deterrent System (uADS) in the lock approach of Lock and Dam 19 (Keokuk, IA). The system will consist of a speaker holding and mounting structure, mounting structures for biological monitoring equipment and cables, a new transducer installed on-site, and all cable/electrical connections above and below water. They will also be required to develop and set-up the operating system and alert system for the uADS. The uADS will support a fish barrier research project to be conducted at the U.S. Army Corps of Engineers (UsACE) navigational lock for up to 3-years from deployment. A scope of work will be provided with any solicitation that may be issued. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 237990 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $39.5M. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT July 21, 2020 at 3:00pm MST via e-mail to: rvaldez@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3ff18bcf3213433a9dad3b651ad6897d/view)
 
Record
SN05721104-F 20200716/200714230202 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.