Survey Tenders
Survey Tenders
FOREST SERVICE USA Tender
Real Estate Service
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents
Details: U.s. Department Of Agriculture (usda) Seeks To Lease The Following Space In Fort Jones, Ca Per The Delineated Area Map, For A Minimum Office Aboa Square Footage Of 11,000 Sf To A Maximum Aboa Of 13,881 Sf. In Addition, The Government Requires 85 Parking Surface Parking Spaces. The Term Is For 20 Years, 10 Years Firm. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expressions Of Interest Due: 2/11/2025 market Survey (estimated): 3/11/2025 occupancy (estimated): 7/1/2025 expressions Of Interest Must Include The Following Information building Name And Address And Location Of The Available Space Within The Building; rentable Square Feet Available And Expected Rental Rate Per Rentable Square Foot, Fully Serviced; ansi/boma Office Area-(aboa) Square Feet To Be Offered And Expected Rental Rate Per Aboa Square Foot, Fully Serviced. Indicate Whether The Quoted Rental Rate Includes An Amount For Tenant Improvements And State The Amount (if Any); date Of Space Availability; building Ownership Information; amount Of Parking Available On-site And Its Cost. Include Whether Expected Rental Rate Includes The Cost Of The Required Government Parking (if Any); energy Efficiency And Renewable Energy Features Existing Within The Building; And list Of Building Services Provided. send Expressions Of Interest To: Cindy Kim, Leasing Specialist At Cindy.kim@usda.gov government Contact Info: lease Contracting Officer: Kathy Cooke leasing Specialist: Cindy Kim
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: Wisconsin city: Milwaukee delineated Area: north: E. Layton Ave. east: Hwy 794/s. Pennsylvania Ave. south: College Ave. west: S. 13th St. minimum Sq. Ft. (aboa): 10,838 maximum Sq. Ft. (aboa): 11,922 space Type: Office parking Spaces (total): 8 parking Spaces (surface): 8 parking Spaces (structured): N/a parking Spaces (reserved): N/a full Term: 10 Years firm Term: 5 Years option Term: N/a additional Requirements: offered Space Must Be Contiguous. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Milwaukee, Wi That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Due: February 18, 2025 market Survey (estimated): February 27, 2025 occupancy (estimated): April 1, 2026 send Expressions Of Interest To: name: Lauren Calamari title: Leasing Specialist email Address: Lauren.calamari@gsa.gov government Contact Information lease Contracting Officer: Thomas Nisivaco leasing Specialist: Lauren Calamari
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
Details: U.s. Government
general Services Administration (gsa) Seeks To Lease The Following Space:
state: Tx
city: San Angelo
delineated Area:
north/northwest: Us-67
west: Us-67 And Us-360 Interchange
south: Us-306
east: Us-87
minimum Sq. Ft. (aboa): 6,530
maximum Sq. Ft. (aboa): 6,530
space Type: Office
parking Spaces (total): 26
parking Spaces (surface): 26
parking Spaces (structured): 0
parking Spaces (reserved): 0
full Term: 20
firm Term: 10
option Term: 0
additional Requirements: N/a
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In [city, State], That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements,
as Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Due: 1/20/2025
market Survey (estimated): Tbd
occupancy (estimated): Tbd
send Expressions Of Interest To: Name/title: Colten Jones, Leasing Specialist
email Address: Colten.jones@gsa.gov
government Contact Information
lease Contracting Officer Adrienne Jackson
leasing Specialist Colten Jones
broker N/a
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Details: Sources-sought Synopsis the Indian Health Service, Crownpoint Service Unit Is Issuing This Sources-sought Synopsis As A Means Of Conducting Market Research (far 10.001) In Identifying Prospective Sources To Fill A Government Requirement For Two (2) Level 1 Fast Flow Fluid Warmer With Integrated Air Detector/clamp the Applicable North American Industry Classification System 334510 – Electromedical And Electrotherapeutic Apparatus Code Assigned To This Requirement With Size Standards In Number Of Employees Of 1250. this Is Not A Solicitation. Information Collected From This Notice Is Purely For Market Research Only And Will Be Used To Determine The Contracting Office’s Acquisition Strategy Including Competition, Set Asides, And Locating Indian-owned Economic Enterprises. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred In Response To This Request For Information. if Your Organization Has The Potential Capability And Capacity To That Meets The Described Government Requirement, Please Provide The Following Information: organization Name, Address, Email Address, Website Address, Telephone Number, And Size And Type Of Ownership For The Organization And Unique Entity Identification Number (uei). tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability, And completed Ihs Iee Representation Form (attached). Be Advised That The Indian Health Service Is Required To Give Maximum Practicable Preference To Indian Economic Enterprises Under The Buy Indian Act. in Accordance With Far 4.1102(a), Offerors And Quoters Are Required To Be Registered In System For Award Management At Sam.gov, At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Notice By February 14th, 2025 To Janice Martinez, Supervisory Contract Specialist At Janice.martinez@ihs.gov. telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state: Texas
city: Del Rio
delineated Area: North: W. Ogden Street To E. Ogden Street; East: Veterans Blvd;
south: E. Garfield To W. Garfield Street;
west: Griner Street.
minimum Sq. Ft. (aboa): N/a
maximum Sq. Ft. (aboa): N/a
space Type: Parking Only
parking Spaces (total): 25
parking Spaces (surface): 25
parking Spaces (structured): -
parking Spaces (reserved): -
full Term: 17
firm Term: 15
option Term: -
additional Requirements: - offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Del Rio, Tx, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Due: 02-17-2025
market Survey (estimated): N/a
occupancy (estimated): 01-28-2026 send Expressions Of Interest To: name/title: Angelica Magnussen, Leasing Specialist
email Address: Angelica.magnussen@gsa.gov government Contact Information
leasing Specialist Angelica.magnussen@gsa.gov
alternate Government Contact Anthony.jackson@gsa.gov
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Details: 14 Feb 2025 - The Purpose Of This Posting Is To Revise Attachment 1. No Other Changes. the Government Plans To Execute A Fy25 Construction Project For A Design-bid-build Execution To Renovate Permanent Party Dorm B331 At Altus Afb, Ok, Project Number Aggn231002. Built In 1984, The 3-story Dormitory 331 At Altus Afb, Ok Has Received No Major Upgrades Or Renovations Since Construction. The Dormitory Currently Houses 102 Airmen In 33,750 Square Feet. The Project Is Planned To Repair Dormitory 331 Functionality, Described The Afi 32-6000, Housing Management. All Work Shall Be Accomplished In Accordance With (iaw) The Contract Specifications, Drawings, And As Directed By The Contracting Officer (co). This Scope Of Work For This Project Will Include The Following: replacement Of All Structural Interior Design Elements repair Of Exterior Envelope Of The Dormitory To Include, Roof, Glazing And Exterior Doors replace And Modernize Dormitory Communication System replace Existing 2-pipe Hvac System And Distribution Systems In Its Entirety replace Entire Electrical Distribution System repair Site Grading To Provide Appropriate Draining, Prevent Damage To Pavements And Prevent Ponding retrofit The Laundry And Day Room Areas For A Tornado Shelter replace All Facility Related Controls With Systems That Are Installed With The Cybersecurity Measures Required By Ufc 4-010-06, Cyber Security Related Controls remediate Asbestos Containing Material (acm) And Lead Based Paint (lbp) replace All Furniture, Fixtures, And Equipment (ff&e) replace All Communications Cabling And Equipment this Project Does Require Third Party Certification Of The High Performing Sustainable Building (hpsb) Requirements. the Period Of Performance Is Estimated At 15 Months. The Magnitude Of Construction Is Between $10,000,000 And $25,000,000. All Interested Small Businesses, Certified Hubzone, 8(a), Wosb, Or Sdvosb Contractors Should Respond To This Survey Via Email By Tuesday, February 18, 2025 By 2:00 Pm Central Standard Time.
Gas Networks Ireland Tender
Others
Ireland
Closing Date14 Jan 2025
Tender AmountEUR 53 Million (USD 54.5 Million)
Details: Title: 24/003 - The Provision Of Pipeline Inspection Services To Gas Networks Ireland
description: Management Of The Gas Pipeline Network Is A Sophisticated 24-hour Operation. Gni Wish To Put In Place A Framework Agreement With Suitably Experienced And Competent Service Providers, To Provide Pipeline Inspection Services To Support Gni Pipeline Safety Management. It Is Expected That The Successful Tenderers Will Be Required To Undertake Some Or All Of The Below Listed Services For The Networks Division Of Gni, Covering Transmission Pipelines And Installations, And On Occasion Selected Distribution Pipelines In The Republic Of Ireland. Provision Of Pipeline Inspectors And Equipment To Supervise Excavation Works Close To Gni Transmission And Distribution Pipelines And Within Gni Installations, Provision Of Inspectors To Carry Out Surveillance Activities Over Pipeline Routes As Required, Performing Psr (pressure System Regulation) Inspections On Transmission Agi’s, Provision Of Administration Resources To Manage The Gni Transmission Permit System, Carrying Out Leak Survey Of Transmission Network Locations, Provision Of Qualified A Non-destructive Testing Service And Inspectors To Carry Out Non-destructive Testing, Ultrasonic And Mpi On Pipelines And Pri’s As Required For Operational And Reactive Issues, Provision Of Experienced Management Agents To Manage All Aspects Of The Gni Inspection Works, Carrying Out Surveys On Transmission Watercourse Crossings, Provision Of Pipeline Inspectors To Participate In Out Of Hours Standby Rota For Excavation Supervision Or Surveillance Where Necessary, Provision Of Qualified Welding Inspectors And Equipment To Supervise Welding Works On Pipelines And Within Pri’s As Required For Operational And Reactive Issues, Provision Of Inspectors To Carry Out Rural Line Walks Of Transmission Cross Country Pipeline Routes. Gas Networks Ireland Gas Networks Ireland Is A Wholly Owned Subsidiary Of Ervia, Established Pursuant To Section 5 Of The Gas Regulation Act 2013. It Carries Out Activities With Respect, Inter Alia, To The Construction, Operation And Maintenance Of And The Provision Of Services With Respect To Gas Networks Ireland’s Transmission And Distribution Networks Used To Transport Natural Gas To And In Ireland And Includes All Businesses Carried Out Or To Be Carried Out By The Networks Business From Time To Time And Any Subsidiaries Of Gas Networks Ireland From Time To Time (other Than Gni (uk)). Gas Networks Ireland Is Certified To Both The Environmental Management System, Iso14001 And The Energy Management System, Iso50001. Tenderers Should Note That The Evaluation Of Tenders May Include Elements That Relate To Environmental And Energy Performance Of Services, Materials, Methodology And Equipment Proposed By The Tenderers. For More Information, Please See Gas Networks Ireland’s Website, Which Can Be Found At Www.gasnetworks.ie Gni (uk) Limited Gni (uk) Limited Is A Wholly Owned Subsidiary Of Gas Networks Ireland, Registered In England And Wales. The Principal Activity Of The Company Is The Transportation Of Natural Gas (1) Together With Gni, Through Two Pipelines From Moffat In Scotland To Ballough In Ireland; And (2) From Belfast To Derry (through The North-west Pipeline) In Northern Ireland, And From Gormanston, Ireland To Belfast (through The South-north Pipeline). Gni (uk) Limited Is Certified To Both The Environmental Management System, Iso14001 And The Energy Management System, Iso50001. Tenderers Should Note That The Evaluation Of Tenders May Include Elements That Relate To Environmental And Energy Performance Of Services, Materials, Methodology And Equipment Proposed By The Tenderers.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: The U.s. Army Corps Of Engineers, Honolulu District Is Soliciting Comments From The Construction Community Addressing The Potential Use Of Project Labor Agreements (pla) On The Following Large Scale Construction Project (exceeding $35 Million) Within The State Of Hawaii: fy25 Company Operations Facility, Schofield Barracks, Oahu, Hawaii project Description: The Purpose Of This Design-bid-build Project Is To Construct A Standard Design Company Operations Facilities For 4 Companies And Troop Aid Station. The Project Is Designed To Current Nfpa, Ibc, Nec Codes As Well As Applicable Ufcs And The Army Standard Design For Company Operations Facilities. project Includes Detached Administrative Module, Supply (readiness) Module With Platoon Offices, Covered Concrete Hardstand Area, And An Option Line For A Gravel Parking Lot Across The Road. Site Work Includes But Is Not Limited To Cut And Fill, Site Improvement, Retaining Wall, Detention Basin, Landscaping, Irrigation, Utilities, Parking, Paving, Curbs And Gutters. This Requirement Will Include The Construction Of Five (5) New Structures, Two (2) 1-story Readiness Module Buildings For Assembly/storage Occupancy (~10,200sf And ~13,800sf), Two (2) 1-story Covered Hardstands For Storage Occupancy (~3,500sf And ~4,300sf), And One (1) 2-story Admin Module Building (~16,000sf). a Pla Is Defined As A Pre-hire Collective Bargaining Agreement Between One Or More Labor Organizations That Sets The Terms And Conditions Of Employment For A Specific Construction Project, As Outlined In 29 U.s.c. 158(f). Starting January 22, 2024, The Final Rule (far Case 2022-003) Will Implement Executive Order (e.o.) 14063, Which Mandates The Use Of Plas For Large-scale Federal Construction Projects (defined As Projects Valued At $35 Million Or More) Within The United States. Contractors And Subcontractors Involved In Such Projects Must Either Negotiate Or Become Signatories To A Pla With One Or More Labor Organizations Unless An Exception Is Granted. This Requirement Applies To New Solicitations, Including Task Or Delivery Orders, Issued On Or After January 22, 2024. the Government Is Seeking Information To Assess Whether The Use Of Project Labor Agreements Will: (1) Support The Federal Government's Goal Of Achieving Economy And Efficiency In Federal Procurement; (2) Foster Adequate Competition At Fair And Reasonable Prices; And (3) Align With Applicable Statutes, Regulations, And Laws. Input Is Being Requested From Both Unionized And Non-unionized Contractors, As Well As Those With Experience In The Federal Marketplace, Including Potential New Entrants Interested In Participating In This Procurement. Reference Is Made To Federal Army Regulation (far) 22.5 (use Of Project Labor Agreements For Federal Construction Projects), Far Provision 52.222-33 (notice Of Requirement For Project Labor Agreement), And Far Clause 52.222-34 (project Labor Agreement). to Assist In The Evaluation As To Whether An Exception Is Necessary To The Eo 14063 For This Specific Construction Project, The Honolulu District Is Soliciting Information On Use Of Plas In The State Of Hawaii From The Construction Community. The Honolulu District Invites Any Interested Party (contractors, Project Owners, Contractor Associations, Labor Unions, Construction Management Firms, Etc.) To Respond And Invites Comment On The Use Of A Pla For This Proposed Project, Responding To The Questions Below: will Your Firm Submit A Proposal For The Fy25 Company Operations Facility With A Pla Requirement? how Much Time Do You Anticipate For Submission Of A Proposal Which Includes A Pla Requirement To Be Provided At Time Of Proposal Submission, In Accordance With Far Clause 52.222-33? what Market Share Does Union Labor Have In The State Of Hawaii? are You Aware Of Any Instances Where A Pla Has Been Used On Similar Project In The Local Area? If So, Please Provide Supporting Documentation? are You Aware Of Skilled Labor Shortages In The Area For Those Crafts That Will Be Needed To Complete The Referenced Project? If So, Please Elaborate And Provide Supporting Documentation Where Possible. are You Aware Of Time Sensitive Issues/scheduling Requirements That Would Impact The Rate At Which The Referenced Project Should Be Completed? If So, Please Elaborate And Provide Supporting Documentation Where Possible. identify Specific Reasons Why Or How You Believe A Pla Would Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement. identify Specific Reasons Why You Do Not Believe A Pla Would Advance The Federal Governments Interest In Achieving Economy And Efficiency In Federal Procurement. identify Any Additional Information You Believe Should Be Considered On The Non-use Of A Pla On The Referenced Project. do You Have Knowledge That A Pla Has Been Used In The Local Area On Projects Of This Type Within The Last 2-5 Years? If So, Please Provide Supporting Documentation With The Following Items: project Name And Location. project Description. project Cost – Comparison Of Initial Cost Estimate To Actual Final Cost? was The Project Completed On-time? number Of Craft Trades Present On The Project? was A Pla Used? (y/n) were There Any Challenges Experienced During Project? (delays, Investigations, Health And Safety Issues, Labor Shortages, Management / Organizational Issues, Etc.)? letters Simply Indicating Support For Or Opposition To Labor Unions Do Not Offer Any Useful Information And Will Not Be Considered. after Review Of The Responses To This Special Notice, The Government Intends To Decide On Whether To Pursue An Exception To The Mandatory Use Of A Pla Or Not. The Government Will Not Contact The Responders For Clarification Of Information Provided. This Survey Is For Planning Purposes Only And Shall Not Be Construed As A Request For Proposal Or As An Obligation On The Part Of The Government. The Government Does Not Intend To Award A Contract Based On This Market Survey Or Otherwise Pay For The Requested Information. The Government Will Not Provide A Debriefing On The Results Of This Survey. All Information Will Be Held In A Confidential Manner And Will Only Be Used For The Purposes Intended. submission Instructions: please Provide Your Project Specific Responses Via E-mail To Ms. Kristin Schultz, At Kristin.e.schultz@usace.army.mil And Ms. Jennifer Ko, At Jennifer.i.ko@usace.army.mil, No Later Than January 16, 2025, At 2:00 P.m., Hawaii Standard Time. include The Notice Identification Number, W9128a-25-z-0004, In The Subject Line Of Your Response.
Wexford County Council Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Ireland
Closing Date4 Feb 2025
Tender AmountRefer Documents
Details: Title: New Ross Library, Barrack Lane, New Ross, Co. Wexford - Architect Led Integrated Design Team Services For Extension And Refurbishment
description: The Project Is Described In The Project Briefs Which Comprises Six Parts, Included With These Tender Documents, And Is Summarised Below-- A) Wexford County Council Is Seeking Submissions From Architect-led Idts (integrated Design Teams) For The Detailed Design And Delivery (stage (ii) To (v) Services) Of The New Ross Library Refurbishment Project. -- B) The Core Aim Of The Nrl Project Is To Bring The Existing Library In Line With Current Standards And Increase The Usable Floor Area Of The Building. The Project Will Upgrade The Building Following Extensive Regeneration Already Completed In The Immediate Vicinity Of The Library. -- C) The Integrated Design Team Will Be Required To Provide The Following Principal Services, Along With Any Necessary Further Services That Are Or Will Be Identified: Architect And Project Management (lead Consultant), Civil And Structural Engineering Services, Mechanical And Electrical Consulting Engineering Services, Quantity Surveying, Public Procurement And Contract Administration Services.
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date1 Feb 2025
Tender AmountRefer Documents
Details: Scientific Monitoring And Studies Of Oregon Bull Trout – Special Notice this Is A Special Notice Prepared In Accordance With (iaw) Federal Acquisition Regulation (far) Subpart 5.2 “synopses Of Proposed Contract Actions.” naics: 541990, All Other Professional, Scientific And Technical Services estimated Period Of Performance: Date Of Award – On Or About 4 March 2025 response Deadline: 10:00 A.m. Pacific Standard Time On 1 February 2025 the U.s. Army Corps Of Engineers (usace), Portland District (nwp) Intends To Negotiate And Award A Firm Fixed-price (ffp) Contract To Oregon Department Of Fish And Wildlife (odfw) For Scientific Monitoring And Studies Associated With The Oregon Bull Trout Fish Species. The Contract Will Support Meeting The Requirements Under The Biological Opinion (biop) On The Continued Operation And Maintenance Of The Willamette River Basin Project And Effects To Oregon Chub, Bull Trout, And Bull Trout Critical Habitat Designated Under The Endangered Species Act (esa), And Court Injunction Case 3:18-cv-00437-hz By The U.s. Army Corps Of Engineers (usace), Portland District (nwp). this Contract Shall Include A Period Of Performance To Include A Base Period Of One (1) Year, Plus Two (2) Optional 12-month Periods. oregon Department Of Fish And Wildlife (odfw) odfw Will Aid Usace In Reestablishing Naturally Reproducing Bull Trout Populations In Suitable And Formerly Occupied Sites To Increase The Viability Of The Species Above The Willamette Valley Project Usace Dams. This Work Will Reduce The Loss Of Adult Bull Trout Attempting To Access Upstream Habitat Above Usace Dams In The Willamette River Basin. these Two (2) Objectives Will Be Accomplished By Assessing The Impact Of The Dams On Individual Movements, Distribution, Abundance, And Timing Of Bull Trout Spawning. These Assessments Include Employing Multiple Techniques: Capturing Bull Trout Downstream Of Dams, Conducting Spawning Surveys, Operating A Passive Integrated Transponder (pit) Tag Detection System, Conducting Juvenile Bull Trout Distribution And Abundance Surveys, Translocating Fish, Conducting Habitat Suitability Analysis, And Updating A Genetic Management Plan. data Consistency And Continuity Are Critical For Research On Long-term Population Trends. A Shift In Data Collection Protocols Would Preclude The Comparison Of Data From Year To Year. This Would Result In Many Small Datasets Rather Than One Continuous Dataset. The Government Has Determined This Contract To Be Of Critical Importance To The Continued Monitoring And Studies Of The Oregon Bull Trout Species. reason For Sole-source Acquisition: the Statutory Authority For This Non-competitive Acquisition Is 10 U.s.c. 2304(c)(1) As Implemented In Federal Acquisition Regulation (far) 13.106-1(b) Which States, “(1)for Purchases Not Exceeding Thesimplified Acquisition Threshold. (i)contracting Officersmaysolicit From One Source If Thecontracting Officerdetermines That The Circumstances Of The Contract Action Deem Only One Source Reasonably Available (e.g., Urgency, Exclusive Licensing Agreements, Brand-name Or Industrial Mobilization). odfw’s Development, Ownership, And Use Of The Pit Tag Detection System And Their Ability To Maintain Consistency And Continuity With Monitoring And Studies Conducted To Date. These Services Are Necessary To Comply With The United States Fish And Wildlife Service’s (usfws) Signed Biological Opinion (biop) On The Continued Operation And Maintenance Of The Willamette River Basin Project And Effects To Oregon Chub, Bull Trout, And Bull Trout Critical Habitat Designated Under The Esa. This Biop Was Signed 11 July 2008, And Odfw Has Been Assisting Usace Nwp With The Monitoring And Surveying Services Since This Biop Was Signed. as Mentioned Above, Odfw Developed The Pit Tag Detection System And Has The Site-specific Systems And Expertise In The Operation And Maintenance Of The Pit Tag Detection System. Pit Tag Detection System Capabilities Include Systems That Span Large Main Stem River Channels; Mobile Systems For Surveying Deep, Swift Water; Non-standard Trapping Techniques Necessary To Capture Downstream-migrating Adult And Sub-adult Bull Trout; And Constructing And Operating In-stream Weirs, Including Complex Floating Weirs Necessary For Some High Discharge Locations. The Pit System And Related Equipment Was Custom-built Or Modified By Odfw To Meet The Unique Challenges Of This Study Area And Is Not Commercially Available. there Is A Six-to-eight Month Lead Time For The Fabrication And Installation Of A Pit Tag Detection System Due To Supply Chain Issues Of The Electronic Parts Needed For Fabrication. odfw’s Work To Date On This Project Includes Frequent, Intensive Coordination With Usace, Usfws, U.s. Forest Service (usfs), Eugene Water And Electric Board (eweb), Odfw District Offices, The Academic Research Staff At Oregon State University (osu), And Other Groups Working With Bull Trout Throughout The Region. These Partnerships Permit Odfw Access To Specialized Equipment And Facilities Such As The Fryer Aquatic Animal Health Lab, State Fish Hatcheries, State And Federal Genetics Research Labs, Etc. Odfw Coordinates The Upper Willamette Bull Trout Working Group – Assuring Consistency, Collaboration, And Effectiveness In Efforts To Improve The Status Of Bull Trout In The Willamette Basin. no Other Contractor Can Provide The Services Odfw Currently Provides In The Limited Time Needed To Ensure The Continuation Of Services. currently, A Solicitation Does Not Exist. All Responsible Offerors May Submit A Capability Statement Which Shall Be Considered By The Agency. *no Phone Inquiries, Please. capability Statement Submission Requirements point Of Contact Name, Email Address And Phone Number, Cage Code And Unique Entity Id (uei) Number (if Available). if The Organization Is A Small Business, Please State The Category Of Small Business, Such As 8(a), Hubzone (historically Underutilized Business Zone), Sdvosb/vosb (service-disabled Veteran-owned Small Business/veteran-owned Small Business, Wosb (women-owned Small Business). the Government Will Evaluate The Capabilities Of An Interested Party Based On Their Submission Of Information Detailing The Offeror’ Capability To Procure, Permit, Design, And Install A Pit System Timely And Be Ready For Timely Installation Of Pit Tag Detection System, a. Description Of Data Collection Methods And Protocols Suggested For: Capturing Bull Trout Downstream Of Dams, Conducting Spawning Surveys, Operating A Pit Tag Detection System, Conducting Juvenile Bull Trout Distribution And Abundance Surveys, Translocating Fish, Conducting Habitat Suitability Analysis, And Updating A Genetic Management Plan; b. Description Of Relationships Secured To Facilitate Providing Access To Specialized Facilities And Equipment Needed To Perform These Services (translocating Fish, Pit System, Etc.). send Responses By Email, Labeled As “w9127n25r0018 – Bull Trout Monitoring” In The Subject Line To The Following: melanie.a.barrettusace.army.mil And Justin.f.figueredo@usace.army.mil.
5131-5140 of 6546 archived Tenders