United States - IDIQ for endangered species Services related to Pallid Sturgeon Propagation, Monitoring & focused investigations on the MO River
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 15 May 2019
- Opportunity publication date
- 09 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 08, 2019 11:55 am
SOURCES SOUGHT: FOR AN INDEFINITE DELIVERY CONTRACT FOR ENDANGERED SPECIES SERVICES RELATED TO PALLID STURGEON PROPAGATION, MONITORING AND FOCUSED INVESTIGATIONS ON THE MISSOURI RIVER BELOW THE NEMAHA RIVER TO THE GRAND RIVER CONFLUENCE, OMAHA DISTRICT, CORPS OF ENGINEERS.
This is a Sources Sought Notice for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE.
The U.S. Army Corps of Engineers (USACE), Omaha District, is conducting market research for pallid sturgeon population assessment monitoring actions, pallid sturgeon hatchery propagation and pallid sturgeon focused research investigations in the Missouri River. Contractors are required to possess a US Fish and Wildlife Service permitted hatchery to raise endangered pallid sturgeon, US Fish and Wildlife and a State of Missouri endangered species handling and collection permit to allow monitoring and focused investigations of the endangered pallid sturgeon, and other necessary equipment to demonstrate the organization's capability to effectively complete required monitoring, focused investigations and propagation activities for the USACE. Scientists must have expertise and familiarity working in a large river systems, like the Missouri River, and familiar with USACE Missouri River Recovery Program (MRRP) Pallid Sturgeon Guiding Document and Standard Operating Procedure (SOP) sample protocols.
The proposed work will include, but is not limited to:
a. Pallid Sturgeon Population Monitoring: Mark-recapture surveys for pallid sturgeon will be conducted in accordance with the most current guiding documents for Pallid Sturgeon Population Assessment. An annual report that summarizes each year's data collection effort is required.
b. Pallid Sturgeon Propagation: The Corps has the responsibility to work cooperatively with the U. S. Fish and Wildlife Service (USFWS) to capture, hold and spawn broodstock annually. The contractor will be required to provide support for activities associated with annual stocking goals for pallid sturgeon. Activities associated with pallid sturgeon propagation include: broodstock collection, sexing, transport; egg staging and spawning; cryopreservation of genetic material; egg incubation and shipment; culture of fry and fingerling; maintaining captive broodstock; tagging; and stocking. An annual summary report that is in accordance with a standardized format will be submitted highlighting the propagation activities.
c. Aquatic Habitat Assessment and Monitoring: For the benefit of pallid sturgeon, the Corps, through management actions or site-level projects, creates and then monitors aquatic habitat in the channelized segment of the Missouri River. The contractor will be responsible for assessing improvements/changes in the physical habitat characteristics associated with the channelized river, and the biological response to those habitat changes.
d. Scientific Studies: To support learning and progress towards jeopardy avoidance of the pallid sturgeon, certain research activities are required to improve understanding, identify relationships, and resolve uncertainty (knowledge gaps). Priority information needs are continually being assessed. Data collection and research study design and analysis may be conducted to address high priority information needs for pallid sturgeon. These needs are identified under four categories (Early Life Stages, Habitat, Reproduction, and Population Assessment). The contractor may be responsible for performing a variety of these efforts.
e. Required Permits: Contractors must possess or have the ability to obtain and submit one copy of each of the required biological collectors permits: U.S. Fish and Wildlife Service's Section 10 Endangered Species Permit (for federally listed pallid sturgeon); Missouri Department of Conservation Wildlife Collectors Permit (for fishes and turtles, including state and federal listed species) and Kansas Department of Wildlife and Parks Scientific, Education, or Exhibition Wildlife Permit (for fishes and turtles, including state and federal listed species).
This announcement is part of our market research, and your response is sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors, including small businesses and small business-led teams that qualify under NAICS Code 541690 are hereby invited to submit a response to the market survey to demonstrate their technical, managerial and business capability to provide the requested services. It is anticipated that the Government will issue an Indefinite Delivery Indefinite Quantity contract NTE $5M with a five-year period of performance.
The U.S. Army Corps of Engineers - Omaha District is seeking qualified Small Business (SB) Community Members [Small Business (SB), Small Disadvantaged Business (SDB), Section 8(a), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), HUBZone Small Business, Small Business (SB) led teams, Small Business Partnerships and or Small Business Joint Ventures] and Other Than Small Business (OTSB) concerns that qualify under the North American Industry Classification System (NAICS) Code 541690 - Other Scientific and Technical Consulting Services. This Sources Sought Notice is part of the market research activities and your responses are sought to identify potential sources that have the knowledge, skill, equipment, experience and past performance necessary to perform the aforementioned services. All interested, responsive and responsible contractors are encouraged to participate in this market research by submitting a response via e-mail to timothy.b.boyte@usace.army.milno later than 5:00 PM CST 15 May 2019. Responses should include the company name, address, contact name and title, phone number, e-mail address, business size and classification/certification under NAICS Code 541690, CAGE Code, DUNS Number, your bonding capacity (single and aggregate) and a list of your company's recent projects of the same type described in this notice. Recent project information should include project number with title/description, name the government agency or non-government client for which the work was performed, the agency/client point of contact (name, phone number and e-mail address) and whether you participated as the prime contractor or as a subcontractor. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the market place and is an invitation for an expression of interest and brief demonstration of qualifications to perform and deliver the anticipated requirement. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information.
Contracting Office Address: USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
Point of Contact(s): Timothy Boyte, Contracting Specialist, 402-995-2589 or timothy.b.boyte@usace.army.mil
- Opportunity closing date
- 15 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army USACE District, Omaha United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.