Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 28, 2016 FBO #5514
SOLICITATION NOTICE

F -- IGF::OT::IGF WA-WILLAPA NWR -VEG AND BIRD MONITORI

Notice Date
12/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F17PS00152
 
Response Due
12/30/2016
 
Archive Date
1/14/2017
 
Point of Contact
Boswell, Charles
 
Small Business Set-Aside
N/A
 
Description
U.S. Fish and Wildlife Service, Portland, OR has a requirement for a commercial item or service. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 (as supplemented with additional information included in this notice). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This posting will be referred to under Request for Quotation (RFQ) Number F17PS00152. This RFQ falls under procedures in FAR Parts 12 and 13. This document incorporates provisions and clauses updated by way of the Federal Acquisition Circular (FAC) 2005-89, effective 14 July 2016. The North American Industrial Classification System (NAICS) number is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) and the business size standard is 750 employees. This announcement constitutes the Government's only official notice of this procurement. The Government does not intend to pay for any information provided under this synopsis. Award will be made to the offerer that provides the lowest overall price. GENERAL: 1.1. The US Fish and Wildlife Service (USFWS), Willapa National Wildlife Refuge (WNWR), 3888 State Route 101, Ilwaco, WA 98624, has a requirement for Research Report for vegetation and bird monitoring, and data analysis and report delivery. This Purchase Order is only for the final report due on March 1, 2019. 1.2. The entire project is expected to take approximately 2 years with interim reports delivered by Washington State University by March 1, 2018 covered in F15PX02852; and a final report delivered the winning vendor before March 1, 2019. 1.3. Contractor must be experienced in vegetation monitoring of native plant species of southwest Washington including halophytic marsh species of Willapa Bay, and bird monitoring of migratory species in the Wildlife National Wildlife Refuge, Julia Butler Hansen Refuge for Columbian White-tailed Deer and Lewis and Clark National Wildlife Refuge. SCOPE: Washington State University (DUNS:041485301) will be conducting ALL the SCOPE and TASKS from F15PX02852, to include 2.1 through 2.3.2.1, and tasks 3.1 through 3.3.1 of the SOW this purchase is only for the final report mentioned in 2.3.2.1 & 3.3.2 of this SOW. 2.1. Vegetation Monitoring 2.1.1. Document tidal marsh species succession following dike removal on the WNWR. 2.1.1.1. Aerial photos will be taken to at the end of the growing season to assess restoration success of at the Riekkola, Porter Point and Lewis Units of the WNWR. 2.1.2. Document locations and populations of invasive plant species on the WNWR. 2.1.2.1 Aerial photos will be taken at multiple locations on the WNWR to document the locations and population density of problematic invasive weeds species including gorse, Ulex europaeus, and Spartina. Gorse data will be gathered during February 2017, Spartina data will be gathered during September and October 2017 2.1.3. Document dune grass populations in areas if Snowy Plover Restoration sites. 2.1.3.1 Aerial photos will be taken at West edge of Leadbetter Unit on the WNWR to document the changes in dune grass populations following restoration of these locations for Snowy Plover. Data will be collected during time period where access is allowed. 2.2. Bird monitoring 2.2.1. Document Pelican and Tern nesting populations on the Lewis and Clark National Wildlife Refuge. 2.2.1.1. Aerial photos will be taken during the nesting season with cooperation with the Refuge crew. These photos will be used to count nesting birds. 2.2.2 Document waterfowl and shorebird usage of Riekkola, Porter Point and Lewis Units of the WNWR as a function of restoration. 2.2.2.1. Aerial photos will be taken during peak migration periods of shorebirds and waterfowl to provide population density data and usage of these sites. 2.3. Data Analysis & Report 2.3.1. Analysis 2.3.1.1. Metadata will be provided for aerial photographic series that documents each effort, and the corresponding results. This will time, data, elevation, weather conditions, and other general observations. 2.3.1.2. For each vegetation and plant bird photographic series an estimate comparative use by habitat in both restored and unrestored sites will be provided if appropriate. Data will be analyzed. 2.3.2. Report 2.3.2.1. Two interim and one final written report in electronic format (Word or Adobe Acrobat) will be provided, containing raw data, summary analysis, maps and photographs. Raw data and photos will also be provided in digital format (Excel/.jpg or.tif). All sampling locations will be documented using GPS. The x y coordinate data will be provided in an Excel spreadsheet and spatially represented in an ArcGIS shapefile with associated metadata. 3.TASKS/DELIVERABLES: 3.1. Vegetation Monitoring. 3.1.1. Summer 2017 and 2018 ¿ Document Salt marsh restoration success and dune grass populations 3.1.2. Spring and Fall 2017 and 2018 - Document Gorse and Spartina populations 3.2. Bird Monitoring 3.2.1. Spring 2017 and 2018 ¿ Document shorebird usage and nesting population 3.2.2. Fall 2017 and 2018 ¿ Document waterfowl populations at WNWR restoration sites 3.3. Data Analysis & Report 3.3.1. March 1, 2018 - Deliver interim report on bird and vegetation monitoring. 3.3.2. March 1, 2019 - Deliver final report based on bird and vegetation monitoring Please submit your quote on company letterhead with all pertinent point of contact information including SAM Cage Code, DUNS No., and business size/type. In addition, your quote should provide unit price and total price. No formal format is required as this is a combined synopsis/request for quote solicitation. If your company has a GSA contract, please provide the GSA Contract No. as well. Offers must be received by 12:00 NOON Pacific Time, 30 December 2016. Offers received after this date and time will be considered non responsive in accordance with 52.212-1(f) and will not be evaluated. Quotes should be e-mailed to the attention of: charles_boswell@fws.gov (email). In order to have a quote considered, all quoters must be registered in the System for Award Management (SAM) website (https://www.sam.gov) as an active vendor by the closing date of this solicitation. SAM is the database that has replaced the Central Contractor Registration (CCR) website (www.ccr.gov) and the On-line Representations and Certifications Application (ORCA) website (https://orca.bpn.gov). Additional document information and attachments can be accessed at the FedConnect link under the ¿Additional Info ¿ heading. Click ¿Public Opportunities ¿ and search for the reference number F17PS00152 to find any documents related to this requirement. All questions regarding the subject synopsis/solicitation shall be directed to the attention of Charles Boswell via email: charles_boswell@fws.gov or telephone: 503-231-2148. Offerors must comply with all instructions contained in the Internet Payment Platform (IPP) DOI Electronic Invoicing instructions, and all clauses in this RFQ. FAR 52.212-1, ¿Instructions to Offerors ¿ Commercial ¿, FAR 52.212-3 ¿Offeror Representations and Certifications ¿ Commercial Items ¿, and FAR 52.212-4 ¿Contract Terms and Conditions ¿ Commercial Items ¿ apply to this acquisition. No addenda have been attached. FAR 52.212-5 ¿Contract Terms and Conditions Required to Implement Statutes Or Executive Orders ¿ Commercial Items ¿ applies to this acquisition along with the following clauses cited therein: 52.209-10, 52.233-3, 52.233-4, 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.225-1, 52.203-13, 52.219-8, 52.222-17, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-50, 52.222-51, 52.222-53, 52.222-54, 52.222-55, 52.225-26, 52.226-6, 52.247-64, The following additional clauses apply to this acquisition: 52.204-7, 52.204-13, 52.209-2, 52.209-10, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, DOI ELECTRONIC INVOICING The full text of any solicitation provision or clause referenced herein may be accessed electronically at http://farsite.hill.af.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F17PS00152/listing.html)
 
Record
SN04360043-W 20161228/161226233104-189ff49420312afb90cc0997be63f0bf (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.