MOUTH OF THE COLUMBIA RIVER STAKEHOLDER MEETING FACILITATION

Agency:
State: Oregon
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159890696654755
Posted Date: Mar 5, 2024
Due Date: Feb 26, 2024
Source: Members Only
Follow
MOUTH OF THE COLUMBIA RIVER STAKEHOLDER MEETING FACILITATION
Active
Contract Opportunity
Notice ID
PANNWD24P0000001790
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST PORTLAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Mar 05, 2024 02:00 pm PST
  • Original Published Date: Feb 16, 2024 01:33 pm PST
  • Updated Response Date: Feb 26, 2024 11:00 am PST
  • Original Response Date: Feb 26, 2024 11:00 am PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 12, 2024
  • Original Inactive Date: Mar 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 541611 - Administrative Management and General Management Consulting Services
  • Place of Performance:
    Rickreall , OR
    USA
Description View Changes

UPDATE (05 MAR 2024) - The purpose of this update is to add Questions and Answers related to this notice in the attachment list.



1. General



This is a Sources Sought posted by the United States Army Corps of Engineers (USACE), Contracting, Portland District, Supply & Services Branch (CECT-NWP-S) and is for informational/market research purposes only. This is not a solicitation nor a synopsis of a proposed action under FAR Subpart 5.2.



This is a non-personal services contract for the Mouth of the Columbia River (MCR) federal navigation project. Services to be provided include stakeholder meeting organization, meeting facilitation, and public outreach for the Lower Columbia Solutions Group (LCSG).



Meetings and regular communication with USACE Contracting Officer’s Representative (COR) and MCR Navigation Project Manager (Nav PM) are critical to the success of this contract. The KTR must furnish webmeeting and teleconference services to support up to 40 participants. There are no special supplies for the KTR to furnish beyond those required for preparation of the listed documents (computers, internet and email access, printers, office space, office supplies, etc.).



Detailed requirements appear in Section 4 of the attached draft Performance Work Statement.



2. Project Background





The 6-mile long MCR federal navigation channel is the gateway to the Columbia-Snake River navigation system, which extends 470 river miles inland to Lewiston, ID (Figure 1). The 43-ft. deep channel between the Pacific Ocean and Portland, Oregon/Vancouver, Washington, supports deep-draft navigation. The U.S. Army Corps of Engineers (USACE) annually dredges around 3 million cubic yards (Mcy) of sand from the MCR. The MCR dredged material is placed in the Pacific Ocean at three nearshore sites and one offshore site jointly managed by the USACE and the Environmental Protection Agency – Region 10 (EPA).





The Lower Columbia Solutions Group (LCSG) was formed by the Governors of Washington and Oregon in July 2002. The LCSG is a work group of federal, state, local, and other stakeholders formed to ensure interested parties have a voice in the ongoing management of the MCR and the lower Columbia River estuary. Regular participants include USACE, U.S. Environmental Protection Agency – Region 10 (EPA), National Marine Fisheries Service (NMFS), U.S. Geological Survey, U.S. Coast Guard (USCG), Washington Department of Ecology (Ecology), Washington Department of Natural Resources (WDNR), Washington Department of Fish and Wildlife (WDFW), Oregon Department of Land Conservation and Development (DLCD), Oregon Department of State Lands (DSL), Oregon Department of Environmental Quality (ODEQ), Port of Ilwaco, Columbia River Pilots Association, Columbia River Bar Pilots, Columbia River Crab Fisherman’s Association (CRCFA), and many others. The LCSG focuses on finding sustainable solutions to address policy issues, research gaps, operational constraints, and potential conflicts with environmental resources in consideration of economic, social, and environmental objectives.





3. Contract Information



The requirement will be in the form of a firm-fixed price contract with one (1) base period of six (6) months and four (4) optional periods of performance for twelve (12) months each, for a potential total of four and a half (4.5) years performance.





The purpose of this Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry to include Large Business, Small Business, Small Disadvantaged Businesses to include 8(a) certified small business firms, Historically Underutilized Business Zone small business (HUBZone), Woman owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB).



All are highly encouraged to respond. If your company has a suggestion, question, or concern about this Sources Sought and/or the SAM-posting-attached Performance Work Statement, please email the Point of Contact below.





4. Capability Statements



Contractors are requested to submit their capabilities to successfully accomplish the requirements in the PWS.



It is expected that the contract will be awarded by April 2024 with performance beginning within 10 days of contract award. If this fact affects a contractor’s business plan to submit a quote, USACE requests the contractor please email the USACE point of contact below stating how so.



Point of Contact for all questions or assistance is the USACE Contracting Officer, Darrell Hutchens, at 971-270-8351 or Darrell.d.hutchens@usace.army.mil, and/or the USACE Contract Specialist, Meagan Moralez, at 503-808-5017 or Meagan.n.moralez@usace.army.mil.





5. Submission Instructions:



Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: ‘MCR Stakeholder Meeting Facilitation” Please send all responses to Darrell.d.hutchens@usace.army.mil and Meagan.n.moralez@usace.army.mil. A Firm’s response to this Sources Sought shall be limited to (5) pages total, including cover page, and shall include the following information:




  1. Firm’s name, address, point of contact, phone number, email address, CAGE code and SAM number;

  2. Firm’s small business category and Business Size: Large Business, Small Business, Small Disadvantaged, 8(a) certified small business, Historically Underutilized Business Zone small business (HUBZone), Woman owned small business (WOSB), Economically Disadvantaged Women-owned small business (EDWOSB), and Service-Disabled Veteran-owned small business (SDVOSB);

  3. Provide relevant and verifiable information on the Firm’s experience/capabilities as it pertains to the proposed work outlined in section 4. Capability Statements; and,

  4. Any questions you have on the proposed project.





6. Disclaimer and Important Notes.



This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published in the Government point of entry (SAM.gov). All interested firms must be registered in the System for Award Management (SAM) and remain current for the duration of the contract to be eligible for award of a Government contract.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 333 SW FIRST AVE
  • PORTLAND , OR 97204-3495
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >