Closed Solicitation · DEPT OF DEFENSE

    BONNEVILLE HATCHERY O&M SERVICES

    Sol. P00008Special NoticePORTLAND, OR
    Closed
    STATUS
    Closed
    closed Oct 10, 2025
    POSTED
    Sep 25, 2025
    Publication date
    NAICS CODE
    541990
    Primary industry classification
    PSC CODE
    F022
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers seeks operations and maintenance services for the Bonneville Lock & Dam Fish Hatchery from November 1, 2025, to January 31, 2026. This is a sole source opportunity, and interested parties must submit a capability statement by October 7, 2025. The contract modification will not be competitively bid.

    Contract details

    Solicitation No.
    P00008
    Notice Type
    Special Notice
    Posted Date
    September 25, 2025
    Response Deadline
    October 10, 2025
    NAICS Code
    541990AI guide
    PSC / Class Code
    F022
    Issuing Office
    W071 ENDIST PORTLAND
    Primary Contact
    Melanie A. Barrett
    State
    OR
    ZIP Code
    97204-3495
    AI Product/Service
    service

    Description

    Notice of Intent to Sole Source

    BONNEVILLE LOCK & DAM FISH HATCHERY

    Agency: Department of the Army
    Office: U.S. Army Corps of Engineers
    Location: USACE District, Portland

    Contract No. W9127N21C0003 P00008

    PSC:  F022 Natural Resources/Conservation – Fish Hatchery

    NAICS:  541990 All Other Professional, Scientific, and Technical Services

    SPECIAL NOTICE:

    This is a special notice prepared in accordance with Federal Acquisition Regulation (FAR) 5.2 “Synopses of Proposed Contract Actions.”

    The U.S. Army Corps of Engineers (USACE), Portland District owns the Bonneville Lock & Dam Fish Hatchery, which includes services providing all personnel, equipment, tools, materials, vehicles, supervision, and other items necessary to produce and release fish in support of USACE mitigation objectives for The Dalles and John Day Dams.

    The Government has a need for operations and maintenance services at this facility for a three (3) month period – 1 November 2025 through 31 January 2026. This will be a modification to the existing Bonneville Hatchery contract, W9127N21C0003 modification P00008.

    A SOLICITATION WILL NOT BE POSTED.
    The Government intends to proceed with this sole source action. The NAICS code is 541990, All Other Professional, Scientific, and Technical Services. The size standard as defined by the U.S. Small Business Administration is $19.5 million. The statutory authority for this non-competitive acquisition is 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1 and DFARS 206.302-1, Only one responsible source and no other services will satisfy agency requirements.


    Work includes the following:

    Bonneville Lock & Dam Fish Hatchery - Work requirements include management of the Bonneville Hatchery, provided as Government Furnished Property (GFP), an asset of  USACE’s. The Government has a need for operations and maintenance services at this facility. The Contractor will carry out fish production, transportation, and release or transfer of fish in accordance with the applicable Bonneville Hatchery Genetic Management Plan (HGMP) and in compliance with state and federal regulations. The Contractor will monitor and account for the health of all fish during the fish production process and appropriately mark and tag the fish prior to release. The Contractor will also provide routine maintenance at the hatchery and provide the Government with a bi-annual report detailing the operation, management, and maintenance activities carried out during the relevant period.

    THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS.

    All responsible sources may submit a capability statement, to the contracting specialist before the notice end date.  If no affirmative written responses are received by 10:00 AM (PDT) on 7 October 2025, an award will be made without further notice. Oral communications are not acceptable in response to this notice. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government.  Electronic responses and questions shall be submitted via email to Melanie.A.Barrett@usace.army.mil.  The U.S. Army Corps of Engineers is not responsible for any costs incurred by responding to this notice.

    SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SPECIAL NOTICE

    1. Business name, Point of Contact name, email address, and phone number.

    2. CAGE Code and UEI number.

    3. In the event that the organization is a small business, state the category of small business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or SDVOSB.

    4. Statement of Capability (SOC):  Discuss skills, knowledge, and equipment required to perform the raising/transporting/maintenance/hatchery.  Describe recent and relevant experience within the last five (5) years to include the following:

    a. Experience in providing fish health services at hatcheries at a large scale;

    b. Experience with aquaculture, fish handling and tagging procedures, and fish health monitoring;

    c. Experience providing routine maintenance services at fish hatcheries;

    d. Skills, equipment and personnel required to perform the specified type of services are available, or can become available, upon contract award, including juvenile and adult transportation equipment for transfer between hatcheries and fish facilities, and marking and tagging equipment that provides an adipose fin clipping rate of at least 99% and coded wire tag retention rate of at least 97% while maintaining a mortality rate of less than 1% for the tagging groups listed above;

    e. Examples of recent and relevant experience coordinating with other agencies regarding hatchery operations.  Highlight any experience working with the Oregon Department of Fish and Wildlife (ODFW), Washington Department of Fish and Wildlife (WDFW), and the National Marine Fisheries Service (NMFS) as it pertains to the services described above;

    f. Relevant experience complying with Biological Opinions (BiOps) and Hatchery Genetic Management Plans (HGMPs);

    Please limit responses to allow the Government to determine interested parties, socioeconomic status availability, and capabilities. 

    Electronic responses and questions shall be submitted via email to all POCs listed, below.  The U.S. Army Corps of Engineers is not responsible for any costs incurred by responding to this notice.

    Contracting Office Address:

    US Army Corps of Engineers, Portland District

    ATTN: CECT-NWP-P

    333 SW 1st Avenue                          

    Portland, OR  97204

    Points of Contact for this Notice:  

    Emails:

    Melanie.A.Barrett@usace.army.mil;

    Justin.F.Fueredo@usace.army.mil.

    Key dates

    1. September 25, 2025Posted Date
    2. October 10, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    BONNEVILLE HATCHERY O&M SERVICES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.