SOURCES SOUGHT
B -- American Pikas Research
- Notice Date
- 8/21/2012
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
- ZIP Code
- 00000
- Solicitation Number
- G12PS00813
- Response Due
- 8/24/2012
- Archive Date
- 9/23/2012
- Point of Contact
- Melissa Hutchison
- E-Mail Address
-
mhutchison@usgs.gov
(mhutchison@usgs.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 541990 with a Small Business Size Standard $14.0M for an upcoming requirement for the Northern Rocky Mountain Science Center in Bozeman, MT to conduct research on relationships between climate and the distribution and abundance of American Pikas at multiple spatial resolutions. This work will include investigating how landscape and climate contexts can be critically important for not only the status, but also the trend, in the abundance and distribution of the species that have broad geographic ranges via mechanistic understanding of the factors that constrain the species' distribution. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Project Description: Contractor shall provide fine-resolution (~20-cm), 16-bit radiometric thermal imagery (absolute temperature). Contractor shall also provide 4.0-cm resolution, 24-bit RGB color imagery (geographically matched to the thermal imagery, and collected simultaneously) for selected pika habitat (which is rocky talus areas that are as narrow as 1-2 m mesa fringes). Both types of imagery shall be orthorectified and registered to the local coordinate system, with < 1.0 m RMS. The 12 sampling sites shall occur in Sheldon and Hart Mountain National Wildlife Refuges (NV and OR), Lava Beds National Monument (CA), and at 9 other remote sites spanning >200,000 km2 across southeast Oregon and northwest Nevada. These will include a minimum of 4,500 km of distance sampled, along the path of sampling; data shall occur in a continuous swath of >130 m. Diel temperature fluctuations can exceed 40 C degrees, at this season, in this region. Contractor shall obtain these data for specific locations of >50 subsurface iButtons (temperature sensors, clustered in approximately 8 sensors per circular site of 3-km radius, within 1-5 m of sensor locations), to correlate the two types of data collection. For optimal results and interpretation, sampling shall occur in September 2012. After the data-collection period, all raw and processed data should be delivered by the Contractor in digital format on a portable hard drive to USGS. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 541990 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $14.0 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT August 24, 2012 at 3:00pm MST via e-mail to: mhutchison@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G12PS00813/listing.html)
- Record
- SN02848771-W 20120823/120822000543-4cbc0d723e2081a7abc91ff4d71963ff (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 |