SOURCES SOUGHT
R -- Reinitiation of Consultation on the Coordinated Long-Term Operation of the CVP and SWP - Draft PWS for Sources Sought
- Notice Date
- 4/3/2017
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
- ZIP Code
- 80225
- Solicitation Number
- R17PS00528
- Archive Date
- 4/25/2017
- Point of Contact
- Nandini Johnson, Phone: (916) 978-5540
- E-Mail Address
-
ncjohnson@usbr.gov
(ncjohnson@usbr.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS for Sources Sought, Reinitiation of Consultation on the Coordinated Long-Term Operation of the Central Valley Project (CVP) and State Water Project (SWP) This is a Sources Sought Notice. The Bureau of Reclamation, Mid-Pacific Region, Bay-Delta Office is seeking businesses capable of developing environmental compliance documentation and all associated analyses and modeling on the coordinated long-term operation (LTO) of the Central Valley Project (CVP) and State Water Project (SWP), in accordance with the National Environmental Policy Act (NEPA), as amended, Endangered Species Act Section 7(a)(2), the Council on Environmental Quality (CEQ) Regulations for Implementing the Procedural Provisions of NEPA (40 Code of Federal Regulations (CFR) Part 1500-1508), the Department of Interior's (DOI) regulations for implementing NEPA (43 CFR Part 46), and the Bureau of Reclamation (Reclamation) NEPA Handbook (dated February 2012). This documentation is to include a Biological Assessment (BA) and Environmental Impact Statement (EIS) analyzing the effects of the LTO and that accounts for the updated status of listed species, operation of new Delta water conveyance facilities constructed or expected to be constructed under the California WaterFix or other programs, and modifications to operation of the CVP and SWP. The consultation is intended to conclude in issuance of a single, joint Biological Opinion (BO) issued by both the United States Fish and Wildlife Service and National Marine Fisheries Service, or two closely coordinated BOs issued separately by USFWS and NMFS. Additionally, the BA will include appropriate information on Essential Fish Habitat (EFH) that will result in conclusion of consultation with NMFS under the Magnuson-Stevens Fishery Conservation and Management Act (MSA). The NEPA process is intended to conclude with Reclamation signing a Record Of Decision. Successful completion of this Contract will allow Reclamation to complete ESA and MSA consultation on the LTO, support signing long-term water service contracts, and potentially respond to outstanding litigation associated with the Sacramento River Settlement Contracts and the NEPA process on the LTO which concluded on January 11, 2016. The services required are to • Complete a BA on the LTO • Complete all NEPA documentation • Conduct preliminary modeling analyses and assessments for development of an initial Proposed Action • Provide assistance with analytical tools • Provide biological and operational modeling • Prepare for and participate in agency and stakeholder coordination meetings associated with ESA/MSA consultation and NEPA activities described in the above Purpose and Scope • Assist in formal consultation coordination • Compile administrative records for ESA, MSA, and NEPA processes The Draft Performance Work Statement (PWS) attached is a draft and may change based on information received from industry. The finalized PWS will be issued with the solicitation. The awarded contract is expected to be for one base year plus up to four option years. The pricing arrangement will be a hybrid, firm-fixed-price and time & materials contract. The North American Industry Classification System (NAICS) code for this requirement is 541620 ‘Environmental Consulting Services', which has an associated small business size standard of $15.0 million. This notice is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals and the Government will not be responsible for any costs incurred by the respondents to this notice. The notice is for research and information purposes only. No award will be made as a result of this notice Any businesses with the capability to perform the requirement under the applicable NAICS code are encouraged to submit a response to this notice. As shown below, businesses may suggest an alternate NAICS if they believe 541620 is incorrect. The information requested is: 1. Company name, address, DUNS number, and point of contact name and email address; 2. Business size and small business size classification if applicable (e.g. 8(a), HubZone, Veteran Owned, Woman Owned, etc.); 3. Information that would demonstrate that your business has the capability and resources to meet the specifications of the requirement; 4. Your opinion as to whether a NAICS code other than 541620 is appropriate for this requirement; and; 5. Your intent to submit a quote if a solicitation is issued. All responses to this Sources Sought notice shall be submitted electronically (via email) to Nandini Johnson at ncjohnson@usbr.gov by no later than Monday April 10, 2017 at 3:30 p.m. PT. Please include notice number R17PS00528 with your response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a839dc4a2e7e088daf9811d81aecde10)
- Record
- SN04456957-W 20170405/170403234343-a839dc4a2e7e088daf9811d81aecde10 (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 |