SOURCES SOUGHT
S -- Bellows AFS Invasive Species - Sources Sought - Map 2 - Map 1
- Notice Date
- 6/14/2017
- Notice Type
- Sources Sought
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- AFICA - AFICA- PACAF
- ZIP Code
- 00000
- Solicitation Number
- FA5215-17-Q-8016
- Archive Date
- 7/6/2017
- Point of Contact
- Abby Speed, Phone: 8084482978, Matthew K. Hagan, Phone: 8084482975
- E-Mail Address
-
abby.speed.1@us.af.mil, matthew.hagan.1@us.af.mil
(abby.speed.1@us.af.mil, matthew.hagan.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Map 1 Map 2 Sources Sought Sources Sought Notification for Bellows Air Force Station Invasive Species Management This is a Sources Sought Notification (SSN) issued pursuant to FAR 19.501(c), where the contracting officer shall perform market research and document why a small business set-aside is inappropriate when an acquisition is not set aside for small business. Bellows Air Force Station (BAFS), Hawaii has a requirement to provide Wildlife Damage Management (WDM) services at Bellows Air Force Station (BAFS), defined as reducing the presence of invasive species. The work will be completed at 515 Tinker Road, Waimanalo, HI 96795. The contractor shall furnish all labor, personnel, supervisions, materials, supplies, equipment, tools, transportation and any other items and services necessary to perform the services required. This is a market research tool to determine the availability of sources prior to issuing a Request for Proposal. (RFP). This announcement is for informational and planning purposes only and does not constitute a RFP. This announcement is NOT to be construed as a commitment by the Government, nor will the Government pay for information solicited hereunder. All costs associated with responding to this SSN will be solely at the responding party's expense. The intent of this notification is to identify potential BUSINESS CONCERNS capable of fulfilling the Governments requirement. The North American Industry Classification System (NAICS) code for the proposed competitive procurement is 561710, Exterminating and Pest Control Services, and the size standard is $11M. The Contract Type is intended to be Firm Fixed Price. Government intends to have a period of performance for one (1), twelve (12) month period after contract award. A RFP on FedBizOpps (FBO) may be issued following a review of sources sought. FBO will be the only place this requirement will be solicited. Therefore, it is the vendors' responsibility to monitor FBO to respond to any future RFP. Contractors must be registered in the System for Award Management (SAM) http://www.sam.gov to be eligible for the award. Representations and certifications must also be on record. Contractors should read the PWS carefully to ensure that they truly understand the requirement and have the capability of performing the requirement as written. Any interested firms capable of providing these services are request to respond via email to: abby.speed.1@us.af.mil no later than 4:00 pm., Wednesday, 21 June 2017 with the following documentation: •1. Contractor's Information (name of representative, address, phone number, CAGE Code, DUNS number, business size and socioeconomic status). •2. Contractor's capability statement that demonstrates the ability to perform all the requirements of the PWS. •3. Past Performance: Responses to this request shall indicate similar/relevant experience that demonstrates the experience in accordance with the PWS. •4. No telephone request will be honored. Any questions regarding this notice should be forwarded in writing by email to abby.speed.1@us.af.mil. Information submitted must be in sufficient detail as to allow for a thorough government review of firm's interest and capabilities. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The government reserves the right to consider any arrangement as deemed appropriated for this procurement. U.S. Air Force ***DRAFT*** PERFORMANCE WORK STATEMENT FOR INVASIVE SPECIES MANAGEMENT AT BELLOWS AIR FORCE STATION (BAFS) SPEED, ABBY J CIV USAF AFICA 766 SCONS/PKS [Date] Contents 1. OBJECTIVES. 3 2. SITE DESCRIPTION.. 3 3. PROJECT MANAGEMENT, PLANNING, AND REPORTING REQUIREMENTS. 3 3.1. Meetings. 3 3.2. Planning Documents. 4 3.3. Animal Trapping, Handling and Euthanasia Protocol 5 3.4. Hazardous Material and Hazardous Waste Activities. 5 5. NOTIFICATION REQUIREMENTS. 5 6. PERMITS AND ARCHAEOLOGICAL MONITORING.. 5 7. BAFS ACCESS. 6 8. SPECIFIC TASKS. 6 8.1. Feral/Free-Ranging Cats. 6 8.2. Indian Mongoose. 6 8.3. Rats and Mice. 7 10. EQUIPMENT, SUPPLIES, and TRAP ZONES. 7 10.1. Government Furnished Property (GFP). 7 10.2. EQ Trap Zone 1 & 2 Areas. 8 10.3. Ops Trap Zone 3, 4 & 5 Areas. 8 12. COORDINATION OF ACTIVITIES. 9 13. EPISODIC WETLANDS FLOODING.. 10 14. WETLANDS FOREST CLEARING.. 10 15. NONEXCLUSIVE.. 10 16. HAZARDOUS MATERIAL AND HAZARDOUS WASTE ACTIVITIES. 10 17. PERIOD OF PERFORMANCE.. 10 17.1. Period of Performance. 10 17.2. Place of Performance. 10 18. CONSERVATION.. 10 19. SITE PREPARATION.. 10 20. DEMOBILIZATION.. 10 21. WAGE DETERMINATION.. 11 22. CONTRACTING AUTHORITY POINTS OF CONTACT.. 11 23. ON-SITE POINTS OF CONTACT.. 11 24. GENERAL REQUIREMENTS. 11 25. LEGAL DRIVERS AND REFERENCES. 11 26. ATTACHMENTS. 12 •1. OBJECTIVES The purpose of the project is to provide Wildlife Damage Management (WDM) services at Bellows Air Force Station (BAFS), defined as reducing the presence of invasive species. The project is divided between two types of trap zones funded by the same Line of Accounting by Operations (OPS) and Environmental Quality (EQ) (Section 26, Fig. 2: BAFS, Aerial View with EQ & OPS Trap Zones). Environmental Quality (EQ). The purpose of the EQ portion of the work is to protect threatened and endangered (T&E) waterbird species on Bellows Air Force Station (BAFS) to reduce threats posed by species such as, but not limited to, feral cats, feral pigs, Indian mongoose, rats, mice and introduced bird species. This EQ portion is in accordance with the goals and objectives of 1) the Bellows Air Force Station (BAFS) Integrated Natural Resources Management Plan (INRMP); and 2) a United States Fish and Wildlife Service (USFWS) Biological Opinion (BO) to achieve Endangered Species Act requirements for species-at-risk and species of concern. The BO i ncludes requirements to manage habitats for endangered, threatened, rare, sensitive or keystone flora or fauna species. Operations (OPS). The purpose of the OPS portion of the work is to control feral animals that frequent the more populated areas of BAFS, especially the driving range, family circle area and northern boundary (pig entry points) at the base of the ridge line. The tasks described in this Performance Work Statement (PWS) are to trap and humanly euthanize such species as, but not limited to, feral cats, feral pigs, Indian mongoose, rats, mice and introduced bird species. •2. SITE DESCRIPTION The recreationally active portion of BAFS encompasses roughly 200 acres, including the 7.8 acres Pu'ewai Wetlands. The primary areas of focus for this PWS includes approximately 100 acres. The wetlands are used by shorebirds and other waterbirds, including endangered Ae'o or Black-necked Stilt ( Himantopus mexicanus knudseni ), 'Alae 'Ula or Hawaiian common moorhen ( Gallinule chlororopus sandvicensis ), 'Alae Ke'okeo or Hawaiian Coot ( Fulica alai ), and Koloa or Hawaiian duck ( Anas wyviliana ) to forage, roost and breed. BAFS is restoring Pu'ewai Wetlands for future use by native Hawaiian wetland birds as described in the USFWS BO. See Figures in Section 26: Fig 1, Location Map, BAFS and Pu'ewai Wetlands Fig 2, BAFS, Aerial View with EQ & OPS Trap Zones •3. PROJECT MANAGEMENT, PLANNING, AND REPORTING REQUIREMENTS The Contractor shall supply all necessary supervision, labor, equipment, vehicles and materials necessary to accomplish the work. The Contractor shall perform management and planning functions, including performance measurement and fund status reporting, through the course of this effort. The Contractor shall document the results of the project efforts under this PWS for government review and approval. Within ten (10) days of award, the contractor shall provide the Contracting Officer a written list of all personnel, including site supervisors, support staff, quality assurance inspector(s), laborers, technicians, drivers, etc., who shall be responsible for the performance of the required work and require Base access. •3.1. Meetings •3.1.1. Meetings/Teleconference Support. The Contractor shall attend and/or support meetings and teleconferences as required by the Contracting Officer (CO). The purpose of the meetings includes, but is not limited to, contract discussions, progress reviews, project scoping, planning, project status, and the general exchange of information concerning current activities. •3.1.2. Kick-Off Meeting. This PWS provides for activities required for the on-site kick-off meeting one week after award. The contractor will present a Work Plan (described below) that will include a brief description of activities to fulfill the required tasks and finalized schedule. •3.2. Planning Documents, Reports, and Deliverables •3.2.1. Work Plan. Contractor shall prepare a Work Plan that will include a brief description of activities of the required tasks, disposal of wildlife carcasses, description of traps/trapping devices and finalized schedule. The Work Plan shall describe in detail the approach, methodologies, quality control, and other technical activities that shall be implemented to ensure that a quality project is completed. The draft Work Plan shall be submitted to the SCONS Contracting Officer for review within fourteen (14) Days of contract award. The Contractor shall revise the draft Work Plan as necessary based on all review comments received and submit a final Work Plan within seven (7) days of receipt of review comments. The final Work Plab shall be submitted both electronically ( in both Microsoft Word and PDF formats ) and as one (1) hard copy. The Work Plan must be approved by the Contracting Officer prior to the commencement of the fieldwork. All work shall be conducted in accordance with the approved Work Plan. •3.2.2. Safety and Health Program. The Contractor shall develop and implement a written Safety and Health Program in accordance with guidelines specified in USACE EM 385-1-1 Safety and Health Requirements Manual. The program will include a Site Safety and Health Plan and Accident Prevention Plan. A draft Safety and Health Program shall be submitted electronically to the SCONS Contracting Officer within fourteen (14) days of contract award. The Contractor shall revise these plans as necessary and submit a final Safety and Health Program within seven (7) days of receipt of SCONS review comments. The final Safety and Health Program shall be submitted both electronically (in Microsoft Word and PDF formats) and one (1) hard copy. The Contractor shall ensure that its subcontractors, suppliers, and support personnel follow all safety and health provisions established in the approved Safety and Health Program for the site. The SCONS reserves the right to stop work under this contract for any safety violations at no additional cost to the Government. The COR will verify that the Contractor has implemented corrective action before allowing continued performance under the contract. The COR can stop work for life, health, or safety issues. The COR must notify the CO and the CO will provide a notice to continue work. •3.2.3. Monthly Status Reporting. The Contractor shall submit no later than 5 working days from end of the report month (unless otherwise specified) status reports summarizing all activities conducted under this contract. The monthly reports shall be used to review and evaluate the overall progress of the projects, along with any existing or potential problem areas. The monthly status reports shall be submitted electronically. The monthly reports shall include: •3.2.3.1. Summary of the events that occurred during the reporting period •3.2.3.2. Discussion of performance, identification of problems, proposed solutions, corrective actions taken •3.2.3.3. Description outstanding issues •3.2.3.4. Map that shows the shows the current location of all traps in the field and a table identifying the location and number of supplies and equipment not deployed in the field. •3.2.3.5. Project schedule status. •3.2.3.6. Table to include, but not be limited to, the number and type of wildlife captured, capture locations, capture method, general health observations, gender, age, weight, location and terminal (disposition) removed from BAFS. •3.2.3.7. Humane Society paperwork •3.2.4. Hazardous Material and Hazardous Waste Activities. The Contractor shall handle all hazardous materials and waste in accordance with applicable federal, state, and local requirements. The Contractor shall provide a listing of hazardous chemicals/materials and estimated usage (quantities) to Bellows AFS EPM for any material requiring a Safety Data Sheet (SDS) and brought or used on station. It is anticipated that nonhazardous solid waste will be generated during the project. No hazardous waste is anticipated as a result of this project. •3.3. Animal Trapping, Handling and Euthanasia Protocol Institutional Animal Care and Use Committee ( IACUC) protocols will be followed to humanely trap, handle and euthanatize animals. Contractor will submit a written feral animal trapping and euthanasia protocol that describes capture methods, types of traps, trap placement, frequency to check traps, transportation methods, temporary housing, and other descriptions relevant to trapping feral animals. A draft feral animal trapping and euthanasia protocol shall be submitted electronically to the SCONS Contracting Officer within fourteen (14) Days of contract award. •3.3.1. Firearms. Firearms will not be permitted on BAFS. •3.4. Hazardous Material and Hazardous Waste Activities The Contractor shall handle all hazardous materials and waste in accordance with applicable federal, state, and local requirements. The Contractor shall provide a listing of hazardous chemicals/materials and estimated usage (quantities) to Bellows AFS EPM for any material requiring a Safety Data Sheet (SDS) and brought or used on station. It is anticipated that nonhazardous solid waste will be generated during the project. No hazardous waste is anticipated as a result of this project. •4. FENCING BAFS is partially enclosed on the west side by a chain link fence shown in Section 26, Fig 2, BAFS, Aerial View with EQ & OPS Trap Zones. •5. NOTIFICATION REQUIREMENTS The Contractor is required to notify the Contracting Officer of critical issues that may affect the contract performance and/or human health and the environment. The types of issues that require notification include, but are not limited to, health risks, spills, changes in critical personnel, and finding Munitions and Explosives of Concern (MEC). MEC is unlikely and not anticipated. As an example, if MEC were discovered during field activities, the Contractor would be required to immediately stop work, report the discovery to BAFS Security Forces and implement the appropriate safety precautions. Field activities could not continue until clearance was received from the CO. On critical issues, verbal notification should be made immediately, followed by written notification no loater than 24 hours. •6. PERMITS AND ARCHAEOLOGICAL MONITORING The Contractor shall develop, coordinate, and assist the installation in applying for and obtaining all applicable federal, state, local, and other applicable permits required to perform and complete the PWS. Relevant permitting may include, but is not limited to, Section 7 consultation (Fish and Wildlife Service to ensure actions do not jeopardize endangered and threatened species), Environmental Impact Analysis Process (EIAP) process decision documents, and permits for rodenticide use. Excavation or significant ground disturbing activities are not anticipated for this project, however a rchaeological monitoring would be required in the event of excavation or significant ground disturbing activities. •7. BAFS ACCESS The Contractor shall have access to BAFS in order to perform required tasks. To gain access, the contractor shall supply requested personal identifiable information of contractor personnel, to include sub-contractors, to BAFS Security Forces (SF) thru the contract Government representative and/or sponsor via the Form B-180 NLT 14 business days prior to contract start date. BAFS SF will conduct background checks on each individual listed on the Form B180 and will post an Entry Access Listing (EAL) of authorized contractors at the Installation Entry Control Point when complete. Contractors shall present a valid identification card to the gate sentry for entry verification. Contractors, at no time, will have the authority to sponsor, escort or vouch additional personnel onto BAFS. Contractor vehicles will be subject to search prior to entry onto BAFS. The contractor shall immediately notify SF thru the Government representative anytime an individual is no longer required access to BAFS due to employment termination, re-assignment, etc. The services in this PWS shall be performed between dawn and dusk, Monday through Friday, excluding federal holidays, unless otherwise required in the contract or approved by the Contracting Officer. Services around residential housing areas and guest cabins will occur after 0730. There may be situations that require the contractor to work at times other than normal working hours. When the contractor's work schedule conflicts with an Air Force mission requirement, the COR will advise the Contracting Officer and reschedule the work to minimize disruption. Work scheduled but not accomplished because of base closure due to weather, exercises, or actual alert, will be accomplished as soon as possible after reopening the base. •8. SPECIFIC TASKS The contractor shall complete all work within the scope of this contract independently with government guidance and periodic inspection of work activities. The tasks include trapping and equipment/supplies purchase. The contractor shall perform the work to meet monthly BAFS goals for specific types of animals identified by the Environmental Program Manager (EPM). Contractor shall mark the location of the smaller live traps in the field with a colored ribbon attached to a nearby tree. The trap shall also be marked with a tracking number and BAFS contact phone number. A trap location map shall also be included with the monthly status reports described in Section 13.2. Contractor shall make every effort to maintain high standards of safety and cleanliness. Contractor shall also make every effort to minimize the amount of disruption to the environment. Contractor will conduct WDM operations for the following animals. •8.1. Feral/Free-Ranging Cats The primary method to control cats at BAFS in the past was cage trapping during evening and night hours. All captured cats will be euthanized on premise or taken to the Humane Society unless otherwise directed by the EPM. Other control methods proposed by the contractor may be utilized after approval by the Contracting Officer. All captured animals shall be properly removed in a humane manner from site in accordance with state and federal laws and regulations. •8.2. Indian Mongoose The primary methods to trap Indian Mongoose on BAFS in the past included live cage traps and spring-loaded trap stations (such as snap traps or DOC 250's) or Aerosol Trap stations (such as Goodnature) and will be humanely euthanized. Trap stations (utilizing approved rodenticide such as, but not limited to, diphacinone (Ramik), brodifacoum, bromethalin, zinc phosphide, difethialone (Firststrike)) may be used around buildings (not wetlands) to reduce rats, mice and mongooses with prior approval of BAFS and regulatory agencies. Other control methods proposed by the contractor may be utilized after approval by the Contracting Officer. All captured animals shall be properly removed in a humane manner from site in accordance with state and federal laws and regulations. •8.3. Rats and Mice The primary method to control rats and mice on BAFS in the past was snap traps. Trap stations (utilizing approved rodenticide such as, but not limited to, diphacinone (Ramik), brodifacoum, bromethalin, zinc phosphide, difethialone (Firststrike)) may be used around buildings (not wetlands) to reduce rats, mice and mongooses with prior approval of BAFS and regulatory agencies. Aerosol Trap stations (such as Goodnature) have also been used for rats. Other control methods proposed may be utilized after approval by the Contracting Officer. All captured animals shall be properly removed in a humane manner from site in accordance with state and federal laws and regulations. •8.4. Feral Pigs The primary methods to trap pigs on BAFS in the past included leg snares, cage and corral traps. All captured animals shall be removed and properly disposed at an approved landfill, unless other arrangements are made by the Station Commander or his/her designee(s). Other control methods proposed by the contractor may be utilized after approval by the Contracting Officer. All captured animals shall be properly removed in a humane manner from site in accordance with state and federal laws and regulations. •8.5. Introduced Bird Species. Methods to remove introduced bird species (such as but not limited to Cattle Egrets, Black-crowned Night-herons, Pigeons, Common barn owls, peacocks and common mynas), may include scare devices, and/or trapping. Other control methods proposed by the contractor may be utilized after approval by the Contracting Officer. All captured animals shall be properly removed in a humane manner from site in accordance with state and federal laws and regulations. •9. EQUIPMENT, SUPPLIES, and TRAP ZONES •9.1. Government Furnished Property (GFP) Equipment and supplies that are purchased using government funds remain the property of the BAFS. The Government will provide the equipment identified below for contractor use in support of the requirements of this contract. The equipment is provided "as is." Obtain Contracting Officer approval in advance of making any changes to the equipment. Such changes will be at no cost to the Government unless otherwise approved by the Contracting Officer. The contractor shall ensure the equipment is maintained in a neat, clean and professional manner. The Contracting Officer reserves the right to reallocate and relocate assigned equipment during the term of the Contract. Upon completion or termination of this Contract, or upon such reallocations or relocations, return equipment to the government in the same condition as received, fair wear and tear and approved modifications. This equipment shall only be used in the performance of this contract. Equipment and supplies may include (but not limited to): Table 1: Equipment & Supplies Supply Item Government Furnished Quantity Pig Snares 5 Pig Cage Traps 9 Pig Coral Traps 3 Live Cage Trap: such as Tomahawk (Cats, Rats, Mongoose) 15 Live Cage Trap: Rattinator (Rats, Mongoose) 3 Live Cage Trap: Squirrelinator (Rats, Mongoose) 6 Trap Stations: Box w/snap trap inside (Rats, Mongoose) 45 Trap Stations: Rodenticide 75 Rodenticide Blocks (or equal) 0 Trap Stations: Aerosol traps such as Goodnature Trap (or equal) (Rats, Mongoose) 0 Trap Stations: Such as Goodnature Aerosol CO 2 Canisters (or equal) 0 Trail Upkeep Supplies (machete) 0 Pigeon Traps 2 •9.2. EQ Trap Zone 1 & 2 Areas In addition to work hours, Table 1 identifies the minimum number of trapping stations to be used. Table 2: EQ TRAP ZONES: Minimum Number Trapping Stations and Frequency Checks Type Trap (Feral Animal) Frequency Check EQ TRAP ZONES: # Trapping Stations Wetlands Pig Snares 24 hrs. 3 Pig Cage Traps w/food & water 24 hrs. 3 Pig Coral Traps w/food and water 48 hrs. 2 Live Cage Traps w/water bottle (Cats, Rats, Mongoose) 24 hrs. 16 Traps Stations, such as box trap with snap trap inside and aerosol traps (such as Goodnature). (Rats, Mice, Mongoose) 48 hrs. 20 Trap Stations, with rodenticide around buildings, not wetlands (mongoose, rats, mice) As Needed 45 Live Cage Traps for Pigeons 24 hrs. (Run traps 1/month) 1 •9.3. Ops Trap Zone 3, 4 & 5 Areas In addition to work hours, Table 1 identifies the minimum number of trapping stations to be used. Table 3: OPS TRAP ZONES: Minimum Number Trapping Stations and Frequency Checks Type Trap (Feral Animal) Frequency Check OPS TRAP ZONES: # Trapping Stations Buildings & Scrub Pig Snares 24 hrs. 2 Pig Cage Traps w/food & water (May use for peacock control as well) 24 hrs. 4 Pig Coral Traps w/food and water 48 hrs. 2 Live Cage Traps w/water bottle (Cats, Rats, Mongoose) 24 hrs. 8 Traps Stations, such as box trap with snap trap inside and aerosol traps. (Rats, Mice, Mongoose) 48 hrs. 25 Trap Stations, with rodenticide around buildings, not wetlands (mongoose, rats, mice) As Needed 30 Live Cage Traps for Pigeons 24 hrs. (Run traps 1/month) 1 •10. COORDINATION OF ACTIVITIES The Contractor shall coordinate worksite activities with all applicable personnel to ensure the protection of human health and the environment; the prevention of damage to property, utilities, materials, supplies, and equipment; and the avoidance of work interruptions. The Contractor must comply with the Occupational Safety and Health Administration (OSHA) safety and health regulations and local safety office requirements. •11. PERIOD OF PERFORMANCE •11.1. Period of Performance •11.2. Place of Performance Work shall be accomplished at: Bellows Air Force Station (AFS), USAF PACAF, DET 2, 18 FSS Bellows, 515 Tinker Road, Waimānalo, Hawai'i, 96795. •12. CONSERVATION Activities shall be planned and implemented in a manner that protects existing site utilities, surface features, and the general site environment. This includes the protection of trees, shrubs and other vegetation and non-invasive animals not in the affected zone from dust damage, soil compaction, and physical contact with machines and equipment. All reasonable measures shall be taken to minimize and suppress fugitive emissions of dust, vapors, and other site materials during site work. The Contractor shall conduct all operations and activities with the intent of reducing the amount of pollution generated. •13. CONTRACTING AUTHORITY POINTS OF CONTACT •14. ON-SITE POINTS OF CONTACT •15. GENERAL REQUIREMENTS Permits. The Contractor shall obtain all required permits. All reports and data generated under this contract are the property of the government and distribution by the Contractor to any source, unless previously authorized by the SCONS Contracting Officer, is prohibited. Episodic Wetlands Flooding. Pu'ewai Wetlands occasionally floods during heavy rainfall and when a sand plug forms at the mouth of the stream causing the stream water to back up. Water level can rise 20" when a sand plug occurs inundating the mudflats under water. A sand plug has formed twice a month during April, May and June 2016. The sand plug lasts for 3-5 days before the water builds up enough pressure to cut a path back to the ocean. Contractor will consider the possibility of episodic flooding when setting traps in the Pu'ewai Wetlands. Wetlands Forest Clearing. It is possible that an as of now undetermined half acre area of the wetlands will undergo deforestation and/or clearing up to, but no more than, 8 times. Any traps in the selected areas must be removed no later than 24 hours before the deforestation and/or clearing will occur. Notice of the selected will be provided 7 business days before the deforestation and/or clearing will occur. Nonexclusive. The trapping activities on BAFS are not exclusive to the contractor. Additional trapping activities may take place by other parties. Site Preparation. The Contractor shall perform site work as necessary to prepare sites for staging area activities. Security and access controls shall be implemented to prevent unauthorized entry to sites and to protect wildlife from site exposure. Demobilization. The Contractor shall remove any temporary facilities and implement erosion control measures, and restore roads and utilities if affected. •16. LEGAL DRIVERS AND REFERENCES AFI 32-7001, Environmental Management, 4 November 2011 AFI 32-7064, Integrated Natural Resources Management, 17 September 2004, revised 9 September 2011 Air Force Policy Directive (AFPD) 32-70, Environmental Quality, 20 July 1994 National Wildlife Research Center Wildlife Damage Management Guide - http://nwrc.libguides.com/agnicwildlifedamage •17. ATTACHMENTS Fig 1, Location Map, BAFS and Pu'ewai Wetlands Fig 2, BAFS, Aerial View with EQ & OPS Trap Zones
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8a64217ad33185cb3a74c3efb066e59e)
- Place of Performance
- Address: Bellows Air Force Station (BAFS), 515 Tinker Road, Waimanalo, Hawaii, 96795, United States
- Zip Code: 96795
- Zip Code: 96795
- Record
- SN04544131-W 20170616/170614234742-8a64217ad33185cb3a74c3efb066e59e (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 |