Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2010 FBO #3067
SOLICITATION NOTICE

F -- The US Fish & Wildlife Service will be requesting proposals for the provision of Hydorogeomorphic (HGM) Evaluation Reports based on evaluations of ecosystems and lands within various FWS National Wildlife Refuges nationwide using HGM methodology.

Notice Date
4/16/2010
 
Notice Type
Presolicitation
 
Contracting Office
US Fish and Wildlife Service, CGS Contracting and General Services134 Union Blvd Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
60181AQ028A
 
Archive Date
4/16/2011
 
Point of Contact
Scott E Rogers Contracting Officer 3032364335 scott_rogers@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Fish and Wildlife Service (FWS) requests proposals for the provision of Hydrogeomorphic (HGM) Evaluation Reports based on evaluations of ecosystems and/or lands of various FWS National Wildlife Refuges nationwide using HGM methodology. These reports will include ecosystem restoration and management options for ecosystems and/or lands of the National Wildlife Refuge System. The size of the documents will vary based on the size and complexity of the ecosystem and or the individual refuge, and may require multiple tasks and or volumes. The Contractor shall furnish all personnel, equipment, materials and transportation necessary to complete each task identified. This solicitation announcement is for an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Provided there are enough qualified/responsible small business firms responding there is the potential that a multiple award task order contract will be awarded. Contract performance period will be a one-year base period plus four one-year option periods. The total performance period will be 60 months if all options are exercised. The minimum guarantee is $10,000.00 per contract over the life of each contract. Task Order minimum and maximum limits are $3,000.00 and $200,000.00 respectively. The "estimated" maximum (non-guaranteed) dollar value for each contract is $5,000,000.00 over five-years. Task Orders could range in magnitude from $2,000.00 up to $200,000.00 per job. Evaluations of conservation and management strategies for ecosystems in North America have evolved to incorporate information, and base landscape-scale decisions, on: 1) formative processes and basic structural properties including geomorphology, soils, and topography; 2) basic ecological processes that created and sustained communities especially hydrology, disturbance mechanisms, and community dynamics; and 3) relative degree and type of alteration to structure and processes. This landscape-scale evaluation is embodied within the contemporary "Hydrogeomorphic methodological (HGM)" approach. The NAICS code for this acquisition is 541620 and the size standard is $7.0 million. This is a total set aside for small business. All responsible sources may submit a proposal, which shall be considered. Solicitation number 60181AQ028 will be posted in approximately 17 days and may be viewed through a link to the National Business Center Interior Electronic Acquisition System-Electronic Commerce at "http://www.fedbizopps.gov" or "http://www.nbc.gov". Interested contractors must be registered in the Central Contractor Registration (CCR) and complete Online Representations and Certifications (ORCA) at "http://www.bpn.gov". Availability of Solicitation documents and specifications is anticipated to be on or about May 3, 2010. Proposals will be evaluated on the following rating elements and interested parties that submit a proposal must address, in depth, the following evaluation factors to be considered for award. They are as follows: (1) Capabilities to meet project needs (30%); (2) Technical Approach for a Sample Project (30%); (3) Past Performance on similar contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (30%); and, (4) Cost Proposal for the Sample Project (10%). Interested firms shall present a minimum of three (3) (but no more than 10) projects undertaken within the last five years that are similar in scope. Detailed submission information will be included in the solicitation when it is issued. Submissions will be evaluated by applying a numeric rating system of the evaluation factors listed above. The solicitation response date will be approximately 14 days from the posting date. Electronic submissions will be accepted. Please mail your proposals to the address specified in the solicitation documents. For assistance in downloading information from the National Business Center contact the helpdesk at (703) 390-6633. Contracting Office Address: U.S. Fish and Wildlife Service - R6 Contracting & General Services, 134 South Union Blvd, Denver, Colorado, 80225 Place of Performance: Various US Fish & Wildlife Service National Wildlife Refuges nationwide.US Point of Contact(s): Scott E. Rogers, Contract Specialist, 303-236-4335, scott_rogers@fws.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/60181AQ028A/listing.html)
 
Place of Performance
Address: Various US Fish & Wildlife National Wildlife Refuges nationwide.
Zip Code: 80285
 
Record
SN02124772-W 20100418/100416235758-b862235be27acf71ee30600c087f38a0 (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.