Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2009 FBO #2892
MODIFICATION

F -- Loggerhead Shrike Captive Breeding Program at San Clemente Island, CA

Notice Date
10/23/2009
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, COASTAL IPT/CODE ROPMA Naval Station San Diego 2730 MCKEAN ST BLDG 291 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247310R0003
 
Response Due
11/9/2009
 
Archive Date
11/30/2009
 
Point of Contact
Gene Romig 619-556-8251 Gene Romig, Contract Specialist, 619-556-8251
 
E-Mail Address
larry.romig@navy.mil
(larry.romig@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. This market research tool is being used to determine potential and eligible firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. REQUIREMENTS: The purpose of this announcement is to identify sources that have past performance, relevant corporate experience and the capability and capacity to provide all management, labor, material, tools, facilities, equipment and supervision for the Loggerhead Shrike Captive Breeding Program on San Clemente Island, CA. The San Clemente Island loggerhead shrike (Lanius ludovicianus mearnsi) is an island endemic that was close to extinction prior to the initiation of the San Clemente Loggerhead Shrike Recovery Program. The current success of the San Clemente Loggerhead Shrike Recovery Program is due in large part to efforts to augment the wild shrike population with the release of captive bred, and in some instances - captive reared, shrikes. This Contract continues the implementation of an ongoing program for the captive breeding, and where appropriate, rearing of the San Clemente loggerhead shrike. The contractor shall provide all management, labor, travel, transportation, meals, materials and equipment for the purposes of this work effort except for items specified as Government Furnished Property, Materials and Services. The basic requirement of this contract would be to provide for captive breeding, maintenance, and care of the San Clemente Island Loggerhead Shrike population, providing the required number of shrikes for single adult release, juvenile release and bonded pair/family release based on recommendations by the Shrike Working Group and negotiated with the Government Representative and Station Point of Contact. The contractor would also provide supplemental food (crickets, mealworms, and mice) sufficient to enhance the daily diet of a pre-specified number of released shrikes; provide for salvage, artificial incubation and hand rearing of wild eggs/chick from nests; provide demographic and genetic management of the captive flock; provide veterinary care to captive and wild shrikes; provide pathology services; provide for sexing of captive and wild shrikes; provide for genetic analyses of shrike feathers; and as part of the base year only - provide for an update of the 2005 MASTER PLAN. A firm fixed price service contract will be required. The NAICS code for this requirement is 541990 with a small business size standard of $7.0M. The contemplated procurement will have a performance period of twelve (12) months with options to extend the services out an additional four (4) years. SUBMITTAL INFORMATION All eligible businesses are encouraged to respond. This office anticipates award of a contract for these services prior to 31 December 2009. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the previously listed paragraph entitled "Requirements". Brochures relative to the services may be submitted. All responses must include the following company profile information: a. Company Nameb. Company Addressc. Statement regarding small business designation/statuse. DUNS numberf. CAGE codeg. Point of Contact (POC), name, phone number, e-mail address The capability statement package may be sent by mail to Gene Romig, NAVFAC SW, Coastal IPT, 2730 McKean St., Bldg 291, Naval Base San Diego, CA 92136 or by email to larry.romig@navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Pacific Standard Time on 9 November 2009. Questions or comments regarding this notice may be addressed to Gene Romig via e-mail at larry.romig@navy.mil. No telephone calls, please. This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A3/N6247310R0003/listing.html)
 
Record
SN01991483-W 20091025/091023235447-5e991f18d7bd1160b52fd74cafd4d695 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.