SOURCES SOUGHT
V -- Sources Sought - Mud Mountain Dam (MMD) Fish Passage Facility (FPF) Trucking Services
- Notice Date
- 4/22/2025 7:51:01 AM
- Notice Type
- Sources Sought
- NAICS
- 484220
— Specialized Freight (except Used Goods) Trucking, Local
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW25Q16FE
- Response Due
- 5/2/2025 12:00:00 PM
- Archive Date
- 05/17/2025
- Point of Contact
- Brantley Dowell, Alex R. Marcinkiewicz
- E-Mail Address
-
brantley.w.dowell@usace.army.mil, alex.r.marcinkiewcz@usace.army.mil
(brantley.w.dowell@usace.army.mil, alex.r.marcinkiewcz@usace.army.mil)
- Description
- This is a Sources Sought Announcement for MMD FPF Trucking Services. This is not a Request for Proposals (RFP), or Request for Quotations (RFQ). The U.S. Army Corps of Engineers (USACE), Seattle District, is conducting market research to determine the availability of qualified small business firms capable of transporting live salmonids from pick-up site to release site location, upstream of the dam. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information. The purpose of this sources sought announcement is to gain knowledge of potentially qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, and HUBZone contractor sources; as well as their size classifications relative to the NAICS code is 484220, Specialized Freight (except Used Goods) Trucking Local, PSC code is V119, Transportation and Logistics Services and Small Business Size Standard $34 million dollars. Depending upon the responses associated with the business categories listed above, the solicitation will either be set aside or be issued as unrestricted and open to both small and large businesses. After review of the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on SAM.gov (www.SAM.gov). Responses to this announcement are not an adequate response to any future solicitation announcement. Basic Scope of Requirement: Transportation of trailers from the pick-up site location of MMD and the release site location is located on Bridge Lamp Road (further details of route attached). We are supplying five 5,200 gallon trailers, for the transportation of the fish (details of the trailer�s are also attached). Government employees will only assist with filling trailers with water, loading fish and releasing fish. The expected time frame of work will be from July - October 2025. During the performance of this work, must comply with all current OSHA regulations and the requirements contained in Engineering Manual 385-1-1 US Army Corps of Engineers Safety and Health Requirements Manual. Prior to start of work, Government Approval is required for the Accident Prevention Plan. Key Requirements/Notes: Requirements for each truck are: Minimum 425 horsepower Minimum 12 speed transmission Capability to couple with fish transport trailer, to include all air and electrical connections. Truck shall have at a minimum two 7 pin trailer connectors Equipped with CB radios Capable of hauling a full 5,200 gallon fish transport trailer up 7% grade on state highway Must pass the equipment safety check Insurance for truck and payload Height of truck is restricted to the clearance for the fish loading bay which is 13 ft Able to traverse on gravel roads Requirements for the drivers are: Class A CDL with Tanker Endorsement Able to pass background check Follow traffic laws Provide up to 4 trucks with drivers for the performance of the work described below. Each truck must be capable of working up to 12 continuous hours in a single day. Needs will vary day to day depending on factors such as fish run size, fish trap attraction success rate, equipment breakdowns, weather, etc. During peak operations, all trucks may be utilized, working 12 hours a day 7 days a week. During slower periods, the number of trucks may vary between 0 and 4 Notice of number of trucks needed for mobilization will be given 24-hour notice and a 12-hour notice for truck demobilization Inability to meet the mobilization and demobilization requirements stated above may be grounds for termination While onsite, contractors shall be easily identifiable to the government employees and the public. This can be achieved by wearing clothing with company logo, hardhats with company logo, vests with company logo, etc. During the transportation of live fish, the drivers are required to monitor the dissolved oxygen levels within the trailer. When necessary, drivers shall make adjustments to maintain acceptable levels. This will be performed via an electronic tablet device that is remotely synced to the trailer. The tablet will be handed to the driver upon coupling to the fish transport trailer. Need for adjustments is anticipated to be minimal Drivers will have to back the trailers up to the chute in order to release the fish. Trucking operations typically will be between the hours of 0600 and 1900 and may be required 7 days a week. Interested Firms: All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response to this announcement. Firm's name, address, point of contact, phone number, and email address. CAGE code and Unique Entity ID (UEI) number. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, Other Than Small Business (Large Business). Must be actively registered in System for Award Management (SAM.gov) and remain active for the duration of the contract to be eligible for Government contracts. Note: The requirements mentioned above are just basic and could change depending on a variety of factors but should cover most expectations. Further details will be added when we go for solicitation, including how policies & procedures will be conducted on site or if any basic requirements have changed. Responses Submit responses to: Brantley Dowell, Contract Specialist, via email at brantley.w.dowell@usace.army.mil. Responses should be sent as soon as possible, but no later than 12:00 PM PDT, 2 May 2025. SBA Representative: Name: Enshane Hill-Nomoto Email Address: cenws-sb@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2f1cf28154f94b6c8a26ae78b443db8e/view)
- Place of Performance
- Address: Enumclaw, WA 98022, USA
- Zip Code: 98022
- Country: USA
- Zip Code: 98022
- Record
- SN07417833-F 20250424/250422230047 (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 |