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:
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.
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 [email protected]. 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: [email protected]