SOLICITATION NOTICE
B -- Shoshone NF Integrated Resource Data Collection IDIQ
- Notice Date
- 3/3/2014
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Agriculture, Forest Service, R-2 Shoshone National Forest, 808 Meadow Lane, Cody, Wyoming, 82414-4516, United States
- ZIP Code
- 82414-4516
- Solicitation Number
- AG-8544-S-14-0004
- Point of Contact
- Debbra J. Stulc, Phone: 307-578-5148, Brenda J Anderson, Phone: 605-673-9323
- E-Mail Address
-
djstulc@fs.fed.us, bjanderson@fs.fed.us
(djstulc@fs.fed.us, bjanderson@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- The Shoshone National Forest is advertising for interested contractors to provide proposals on a multiple award IDIQ contract. The anticipated contract is for integrated resource data collection. Data collection locations will be in both front-country (within 5 miles of a road) and back-country (greater than 5 miles from a road) areas within the Clarks Fork, Wapiti, Greybull, Wind River, or Washakie Ranger Districts on the Shoshone National Forest. Access to project areas will be highly variable and identified in each specific task order. Locations of data collection between resources may overlap. The types of data collection are: Rangeland Management: Data collection includes locating existing transects, establishing new transects, collecting rangeland vegetation data on transects and submitting that data in the prescribed format. Riparian Condition Inventory: Data collection will follow Proper Functioning Condition protocols such as those listed in publications TR 1737-08, TR 1737-09, TR 1737-15, and TR 1737-23. Documentation of inventory efforts and results will be submitted in the prescribed format. Wildlife Population and Habitat Surveys: Data collection will include surveys of lynx habitat conditions as well as surveys for the presence of goshawks, boreal owls, and flammulated owls using standardized protocols. Documentation of survey efforts and results will be submitted in the prescribed format. Stream Surveys: Stream surveys will follow Rosgen methodologies such as those listed in the River Stability Field Guide (2008) and may include but are not limited to cross sections, longitudinal profiles, bar samples, pebble counts, and plan view and site descriptors. For this assessment, one of the field persons must provide proof of completion of the Wildland Hydrology Level III River Assessment Monitoring course (http://www.wildlandhydrology.com/). Survey equipment will include the use of a laser level, and required GPS data collection will be completed with a unit with sub-meter accuracy. Documentation of survey efforts and results will be submitted in the prescribed format. The anticipated contract will be a performance based indefinite delivery/indefinite quantity (IDIQ) contract consisting of a base year with two one-year options. A minimum task order will not be less than $3,000.00; maximum task order will not be greater than $120,000.00. Ceiling price of the program will not exceed $500,000.00 over the three year period covered under the base with 2 one-year options. Anticipate award is mid-May. The solicitation will be posted by March 14, 2014. Solicitation will be advertised as a total small business set-aside. A pre-proposal telephone conference is scheduled for March 26, 2014 at 10:00 am MDT. In order to make sure there are enough telephone lines all Offerors must register prior to the telephone conference. Those offerors registering will be provided the telephone number and access code upon registration. Send an email to djstulc@fs.fed.us and request registration for the Shoshone NF Integrated Resource Data Collection IDIQ teleconference. Please provide the name of the company and the name of attendees. The pre-proposal telephone conference is to allow contractors intending to submit a proposal to ask questions that will enhance their understanding of the Performance Work Statement. It is encouraged that written questions be submitted no later than March 21, 2014 to ensure that responses to potential offeror(s) questions can be addressed during the telephone conference. However, written questions will be allowed through March 26, 2014 at 9:30 am MDT. All questions must be submitted in writing to the Contracting Specialist, Debbra Stulc, USDA Forest Service, 808 Meadow Lane Avenue, Cody, WY 82414 or by email to djstulc@fs.fed.us. The use of bio-based products is anticipated in the performance of the contract. Information on Bio-based products can be found at: http://sftool.gov/green-products/8/miscellaneous We have not had any previous contracts providing the range of services requested within the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f20e021c4e9d95ce525c2d8163b6797d)
- Place of Performance
- Address: Fremont, Park, Washakie Counties, Wyoming, United States
- Record
- SN03300317-W 20140305/140303233802-f20e021c4e9d95ce525c2d8163b6797d (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 |