SPECIAL NOTICE
B -- B--USFWS - MARITIME NWR-RECORDING ANALYSIS
- Notice Date
- 8/30/2023 1:10:05 PM
- Notice Type
- Justification
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- FWS, SAT TEAM 1 Falls Church VA 22041 USA
- ZIP Code
- 22041
- Solicitation Number
- 140FS123P0269
- Archive Date
- 09/29/2023
- Point of Contact
- Ikner, Thomas, Phone: 0000000000
- E-Mail Address
-
thomas_ikner@fws.gov
(thomas_ikner@fws.gov)
- Award Number
- 140FS123P0269
- Description
- Notice of Intent to Sole Source Award THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. U.S. Fish and Wildlife Service, Joint Administrative Operations, Acquisition & Property Operations. USFWS Division of JAO intends to award a firm fixed contract for an acoustic Seabird Analysis for the Washington Maritime National Wildlife Refuge Complex under the authority of FAR 6.302-1 only one responsible source to: Conservation Metrics Inc 145 Mcallister Way Santa Cruz, CA 95060 The North American Industry Classification System (NAICS) code for this requirement is 541690, Other Scientific and Technical Services and the size standard is $19.0 in millions of dollars. The object of this sole source award is to analyze recordings of 5 seabird species collected by automated acoustic meters in 2023. Because nocturnal and burrow-nesting seabird species are extremely difficult to monitor by traditional means (especially on remote islands); WMTNWRC is testing the ability to assess the presence and activity of these species using song meters. The information produced by this project will be used to inform cross-regional seabird surveys that are performed and/or supported by National Wildlife Refuges, USFWS Inventory and Monitoring and Migratory Bird Programs, and state wildlife agency partners. Sole source justification attached. This synopsis does not constitute a solicitation; however, if any interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: Thomas_ikner@fws.gov. NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/675733e31d5943278771990035440e9c/view)
- Record
- SN06812237-F 20230901/230830230048 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |