SOLICITATION NOTICE
B -- IDIQ FOR PLANNING, NEPA AND OTHER REGULATORY ENVIRONMENTAL COMPLIANCE SUPPORT SERVICES
- Notice Date
- 8/2/2012
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133F-12-RQ-0014
- Archive Date
- 10/19/2012
- Point of Contact
- Crystina R Elkins, Phone: (206) 526-6036
- E-Mail Address
-
crystina.r.elkins@noaa.gov
(crystina.r.elkins@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Marine Fisheries Service (NMFS), Alaska Regional Office (AKR) has a requirement for planning, National Environmental Policy Act (NEPA) related environmental compliance services for its divisions and offices located within the Alaska Region on an Indefinite Delivery/Indefinite Quantity (IDIQ) basis. The contractor must possess relevant experience in Alaska and the North Pacific region in planning and environmental compliance, and be capable of providing and managing an inter-disciplinary team. The contractor should expect to work in close consultation with NMFS personnel including the AKR Analytical Team, other agency scientists, managers, and technical support personnel to accomplish assigned tasks. The contractor will be required to provide services that shall be technically and legally defensible and in full compliance with the requirements of NEPA, as amended (42 U.S.C. 4321 et seq.); the Council on Environmental Quality Regulations (40 CFR §1500-1508); NOAA Administrative Order (NAO-216-6), and NMFS NEPA policies and procedures. All work and services shall also comply with the Magnuson-Stevens Fishery Conservation and Management Act, Endangered Species Act, Marine Mammal Protection Act, American Fisheries Act, Coastal Zone Management Act, Regulatory Flexibility Act, Fish and Wildlife Coordination Act, The Federal Power Act, the Administrative Procedure Act, the Paperwork Reduction Act, and Executive Orders on Federalism, Marine Protected Areas, Takings, Regulatory Planning and Review, Environmental Effects Abroad, Environmental Justice, and Consultation and Coordination with Indian Tribal Governments. Prior experience and knowledge of preparing these regulatory impact analyses on fisheries management issues in Alaska and the Pacific islands region is strongly desired. Services required will primarily focus on conducting the planning process under NEPA and preparing NEPA documents (draft and final environmental impact statements and environmental assessments, Administrative Record, Comment Response and Analysis, Records of Decision, and Findings of No Significant Impact). Required support services related to preparation of these NEPA documents will include but not be limited to the following: • Identification of the project interdisciplinary team comprised of experts in fishery biology, fish population dynamics, fishery economics, marine mammals, essential fish habitat, and social impact assessment. The interdisciplinary team must possess experience working in Alaska and/or the north Pacific Ocean region. Successful contractor must have the capacity to produce, edit, and prepare for publication NEPA documents (including GIS graphics), and distribute documents to the public. Contractor must have experience synthesizing public comments on NEPA documents and preparing a comment analysis reports. • Contractor must demonstrate their capacity to develop and carry out public involvement strategies in Alaska and the Pacific Islands region. Prior experience working with key stakeholders and Native communities is desired. Prepare, publish, and distribute public newsletters and press releases, including creating graphics, writing text, and developing layout. Conduct public, internal, or agency meetings (e.g., scoping meetings), including coordinating logistics, preparing agendas and media, announcements, meeting presentation material, and recording meeting minutes. • Conduct scoping process to identify issues or problems that need to be addressed to reach NMFS objectives. Identify and describe the purpose and need for proposed actions. Have a demonstrated ability to describe appropriate background information for proposed actions, including related legislation, regulations, and policies. Develop and fully describe the proposed action, including connected actions, and range of alternatives to fulfill stated purpose. • Have a demonstrated ability to prepare affected environment section of NEPA documents using existing resource and scientific data and information. Conduct limited field studies (e.g., on site investigations), when appropriate, to verify or augment existing data. • Ability to identify specific topics to be analyzed (impact topics), and develop definitions of impact thresholds/levels (negligible, minor, moderate, major), for each topic, as well as the ability to develop impact methodologies and analyze potential environmental impacts (including duration, intensity, and context of impacts), including cumulative impacts and impairment. Demonstrated ability to review, summarize and draft responses to public comments. • Occasionally, NMFS may require some of the environmental support services described above on a short turnaround basis. Contractor must have a demonstrated ability to meet short turn-around times. The anticipated period of performance is a one-year base period (beginning upon contract award on/about November 15, 2012) with four (4) additional one-year options. The Government anticipates awarding an IDIQ contract with firm fixed-price and labor hour task orders for this project. The proposed contract is being advertised open to all business concerns. The NAICS code for this requirement is 541990 and the small-business size standard is $14M. Any vendor desiring to be considered for award must be registered in SAM using this NAICS code. Any resulting contract will be awarded as a firm-fixed price contract. Solicitation documents will be made available for download on or about August 20, 2012 at http://www.fbo.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the RFP becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential proposer is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fbo.gov/. The estimated response due date is September 19, 2012; however, the actual date offers are due will be stated within the solicitation documents and will be adjusted based upon the actual release date of the solicitation. All questions of any nature regarding this procurement are to be sent to Contract Specialist, Crystina Elkins at Crystina.R.Elkins@noaa.gov or via fax at (206)527-3916. All vendors doing business with the Government are required to be registered with the System for Award Management (SAM). NO award can be made unless the vendor is registered in SAM. For additional information and to register in SAM, please access the following web site: https://www.sam.gov. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This procurement also requires offerors to complete annual representations and certifications at https://sam.gov. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-12-RQ-0014/listing.html)
- Record
- SN02824305-W 20120804/120802235827-03c642915e835eb9b0ae12a4b4a725ff (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 |