SOLICITATION NOTICE
F -- Prepare Burned Area Emergency Stabilization Plans (ES) and/or Burned Area Rehabilitation Plans (BAR)
- Notice Date
- 6/25/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- Division of Contracting and General Services U.S. Fish & Wildlife Service 911 NE 11th Avenue Portland OR 97232
- ZIP Code
- 97232
- Solicitation Number
- 101817Q475
- Archive Date
- 6/24/2008
- Small Business Set-Aside
- N/A
- Description
- The U.S. Fish and Wildlife Service, Portland, Oregon, has a requirement for a contractor to prepare a Burned Area Emergency Stabilization Plan and/or Burned Area Rehabilitation Plan for areas serviced by Region 1 of the U.S. Fish and Wildlife Service. Tasks within Region 1 may be performed at National Wildlife Refuges (NWR), National Fish Hatcheries and other fishery offices located throughout the states of Oregon, Washington, Idaho, California, Nevada, Hawaii and the Pacific Islands. Scope of Work: The Contractor (FSE) will prepare a Burned Area Emergency Stabilization Plan (ES) and/or Burned Area Rehabilitation Plan (BAR) for given areas (refuges, monuments, others) according to provisions contained in Chapter 620 DM 3-Burned Area Emergency Stabilization and Rehabilitation, Presidential Proclamation 7319 of June 9, 2000, Interagency Burned Area Response Guidebook, current agency directives and plans, and the area Fire Management Plan. The ES plan will involve 1) gathering, organizing and reviewing existing information on the fire affected area including Incident Management Team actions and recommendations, Resource Advisor reports and concerns, management plans, scientific reports, maps, jurisdictional information, cultural reports, biological reports and data, and other information; 2) performing general field assessments to become familiar with the area and to initially assess the situation; 3) evaluating and documenting the impacts of the fire on infrastructure and natural resources; 4) prioritizing areas for emergency stabilization projects; and 5) developing a draft and final ES plan. Rehabilitation plans (BAR) will be written as a separate plan, if ordered, independently of an emergency stabilization plan (ES). The rehabilitation plan will specify non-emergency treatments and activities which meet approved land management plans to be carried out within three years following containment of a wildland fire. The contractor will furnish all materials required by the BAER Team including transportation, logistical resources, communications (2 way programmable narrowband compatible radios and cell phones), appropriate nomex fire line clothing, leather boots meeting fire line requirements, personal protective equipment, and personal computers. The contractor is required to have the BAER Team fire qualified with Incident Qualifications Card and equipped to be located on open fire line and on fires that have not been declared controlled or contained. An Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will be awarded for one base and four option years. The minimum quantity of services to be ordered by task order against this contract is $5,000.00. The maximum quantity of services to be ordered annually under this contract is $200,000. This will be a "best value" procurement with award based on technical approach, past performance/organization, personnel qualifications and experience and price. Evaluations factors as a whole are more important than price; however, between proposals that are evaluated as equal, price to the Government will be a major selection factor. Solicitation number: 101817Q475 may be viewed thru a link to the National Business Center Interior Electronic Acquisition System-Electronic Commerce at "http://www.fedbizopps.gov" or "http://www.nbc.gov". The solicitation response date will be approximately July 12, 2007. No further notice will be posted on Fedbizopps. For assistance in downloading information from the National Business Center contact the helpdesk at (703) 390-6633. Interested contractors must be registered in the Central Contractor Registration (CCR) and complete Online Representations and Certifications (ORCA) at "http://www.bpn.gov". The technical point of contact is Pam Ensley. Technical questions may be directed to Pam Ensley at (503) 231-6136. Contracting questions may be directed to Karl Lautzenheiser at (503) 231-2052. Solicitation will be unrestricted. Applicable NAICS code is 541620.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144851&objId=351575)
- Record
- SN01327262-W 20070627/070625221036 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |