NOTICE OF INTENT TO AWARD SOLE SOURCE FOR FWS Whittlesey Creek National Wildlife Refuge, WI for completion of Phase 4 of the Saginaw Bay to Western Lake Erie Coastal Wetland Conservation Blueprint TO TETRA TECH, INC.
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES.
The U.S. Department of the Interior, Office of Acquisition & Property Management intends to award a firm fixed price sole source contract under the authority of:
FAR 6.302-1 only one responsible source and no other supplies or services will satisfy agency requirements
To:
TETRA TECH, INC.
1634 Eastport Plaza Dr.,
Collinsville, Illinois
62234-6128, United States
The North American Industry Classification System (NAICS) code for this requirement is 541690 - Other Scientific and Technical Consulting Services, $19,000,000.
The object of this sole source award to TETRA TECH, INC. is for completion of Phase 4 of the Saginaw Bay to Western Lake Erie Coastal Wetland Conservation Blueprint. The requirement includes updating and migrating the GIS-based Decision Support Tool (DST) from TETRA TECH, INC's ESRI account to the U.S. Fish and Wildlife Service (USFWS) platform, finalizing the Blueprint Implementation Plan, and facilitating stakeholder engagement. TETRA TECH, INC. has prior involvement in this specific Blueprint effort and proprietary knowledge of DST. The final phase of this project requires finalizing the Blueprint Implementation Plan and associated proprietary tools and data.
This synopsis does not constitute a solicitation; however, if any interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government.
Capability statements shall be submitted by e-mail ONLY as a Adobe PDF attachment to the following address: dana_arnold@fws.gov