COMMERCE BUSINESS DAILY ISSUE OF JULY 17, 2001 PSA #2894
SOLICITATIONS
B -- ENVIRONMENTAL ASSESSMENTS FOR WASHINGTON, OREGON, AND IDAHO RIVER BASINS
- Notice Date
- July 13, 2001
- Contracting Office
- Bureau of Reclamation, Contracts Group, 1150 N. Curtis Road, Suite 100, Boise, Idaho 83706-1234
- ZIP Code
- 83706-1234
- Solicitation Number
- 01SP101490
- Response Due
- August 30, 2001
- Point of Contact
- Joe Pratt, Contract Specialist, (208) 378-5139
- E-Mail Address
- Contact Mr. Pratt via e-mail (jpratt@pn.usbr.gov)
- Description
- As part of a December 2000 Endangered Species Act (ESA) Biological Opinion related to operation of the Federal Columbia River Power System, the Bureau of Reclamation is responsible for complying with reasonable and prudent alternatives (RPAs),outlined by the National Marine Fisheries Service. These RPAs identify actions that, combined with other ongoing measures, are likely to ensure a high likelihood of survival for (and avoid jeopardy to) species listed under the ESA. In response to the habitat-related RPAs, and in coordination with National Marine Fisheries Service, Fish and Wildlife Service, the states, and others, Reclamation will initiate programs in three priority subbasins; the John Day in Oregon, the Lemhi in Idaho, and the Methow in Washington, to address flow, passage and screening problems in each subbasin. RPA action items require National Environmental Policy Act compliance. This requirement initially requests contractor services in the preparation of three programmatic environmental assessments, one for each of the priority subbasins. We intend to award up to three ID/IQ contracts, each for a 5-year period. We anticipate posting a Request for Proposals (RFP) on or about August 1, 2001, but all dates in this synopsis are subject to change. The RFP will issued via our website at www.pn.usbr.gov/contracts but we reserve the right to issue a paper copy if the website becomes inoperable. Offerors should visit the website after August 1 to register to be included on the offerors list, to receive convenient e-mail notification of amendments, and to encourage subcontracting and partnering/joint venture opportunities. Offerors will be asked to submit a technical and cost proposal for the ID/IQ contract and up to three technical/cost proposals for three specific Task Orders. Offerors will be evaluated on their successful past performance of similar requirements, the experience and capabilities of their proposed key personnel, the quality of their proposed work plans for the three initial Task Orders, price, and other factors. The small business size standard for this acquisition is $5 million in gross annual receipts averaged over the previous three accounting periods, and the NAICS code is 541620 . This requirement is partially set-aside for small businesses. See Numbered Notes 2 and 26.
- Web Link
- Solicitation will be posted here on or about August (www.pn.usbr.gov/contracts)
- Record
- Loren Data Corp. 20010717/BSOL004.HTM (W-194 SN50R7Q2)
| B - Special Studies and Analyses - Not R&D Index
|
Issue Index |
Created on July 13, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|