Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2005 FBO #1483
SOURCES SOUGHT

F -- MARKET SURVEY FOR NATURAL RESOURCES RELATED SERVICES

Notice Date
12/16/2005
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NFEC Southwest, Capital Improvement Contract Core, Attn: Code RAQ20 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
Reference-Number-N62473SURVEY
 
Response Due
1/11/2006
 
Archive Date
1/26/2006
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT. THE PURPOSE OF THIS SOURCES SOUGHT IS TO: (1) GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS INCLUDING 8(A), HUBZONE SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, WOMEN-OWNED SMALL BUSINESS, VETERAN-OWNED SMALL BUSINESS, SERVICE-DISABLED VETERAN SMALL BUSINESS AND SMALL BUSINESS. THE SMALL BUSINESS SIZE STANDARD IS NAICS CLASSIFICATION 541690; OTHER SCIENTIFIC AND TECHNOLOGICAL CONSULTING SERVICES, SIZE STANDARD $6.5 MILLION. (2) DETERMINE WHETHER THE FIRM IS SUBMITTING AS AN 8(A) MENTOR PROT?G? JOINT VENTURE, OTHER JOINT VENTURE RELATIONSHIP OR AS A TEAM WITH THE PRIME AND SUBCONTRACTORS IDENTIFIED TO THEIR SIZE INDIVIDUALLY AND PART OF THE WORK THAT EACH SUBCONTRACTOR WOULD PERFORM. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS WILL BE ACCEPTED REQUESTING A BID PACKAGE OR SOLICITATION. THERE IS NO BID PACKAGE OR SOLICITATION. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE. THE GOVERNMENT WILL USE RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS TO MAKE APPROPRIATE ACQUISITION DECISIONS. IF, AFTER REVIEW OF THE RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS, THE GOVERNMENT STILL PLANS TO PROCEED WITH THE ACQUISITION A SOLICITATION ANNOUNCEMENT WILL BE PUBLISHED IN THE FEDERAL BUSINESS OPPORTUNITIES. Naval Facilities Engineering Command, Southwest is seeking sources with current relevant qualifications, experience, personnel, and capability to provide, under contract, all management, labor, incidental engineering, travel, transportation, equipment, material, and supervision necessary in performing natural resources related services at various locations in Arizona, California, Nevada, New Mexico, Oregon, and Washington. The majority of work is expected to be in California. Performance will be at various federal sites with projects occurring simultaneously at multiple sites. Any successful awardees will be required to obtain security clearance level sufficient to access military bases. Work will be accomplished under Task Orders written against an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written Task Orders to the Contractor. Award of Task Orders will be on a firm fixed-price basis. The proposed contract will be for a base period of 12 months, four 12-month options, and the possibility of five award options. The estimated value is not-to-exceed $10-15 million. SUBMISSION REQUIREMENTS FOR SOURCES SOUGHT: Respondents shall provide information related to contracts where the respondent was the prime contractor, performing the majority of the services. Interested sources are invited to respond to this Sources Sought announcement by providing the following: 1. In matrix format, for each natural resource service/product listed (and not typed in UPPERCASE text) below, please indicate the following: (a) The capability of your firm to provide the product/service; (b) A description of a recent project, performed under contract, which demonstrates your firm?s ability to provide the product/service (information should include contract number, customer (Department of Defense agency or other government or private agency); Contracting Officer?s Representative?s name, telephone and fax numbers, contract value and type of contract, period of performance and description of products/services); (c) The capability of your firm to provide the service in Arizona, to provide the service in California, to provide the service in Nevada, to provide the service in New Mexico, to provide the service in Oregon and to provide the service in Washington. It is understood that, given the distribution of certain species, some natural resource services would not be required within particular geographic areas. SURVEYS WILDLIFE SURVEYS GENERAL WILDLIFE SURVEYS GENERAL ORNITHOLOGICAL SURVEYS Point Count Survey Strip Transect Survey Walking Survey Nest Search / Nest Monitoring GENERAL SMALL MAMMAL SURVEYS Ocular Reconnaissance Survey Live-Trapping General Invertebrate Surveys General Herpetological Surveys SPECIES SPECIFIC WILDLIFE SURVEYS COASTAL CALIFORNIA GNATCATCHER USFWS Protocol Presence/Absence Survey Nest Monitoring SOUTHWESTERN WILLOW FLYCATCHER USFWS Protocol Presence/Absence Survey Nest Monitoring LEAST BELL'S VIREO SURVEY USFWS Protocol Presence/Absence Survey Nest Monitoring WESTERN SNOWY PLOVER SURVEY Walking Survey Nest Monitoring CALIFORNIA LEAST TERN SURVEY Walking Survey Nest Monitoring STEPHENS KANGAROO RAT Live-Trapping (per 10(a)(1)(A) permit) Transect Burrow Survey Quadrat Burrow Survey Habitat Suitability Evaluation PACIFIC POCKET MOUSE Live-Trapping (per 10(a)(1)(A) permit) Live-Trapping (per 10(a)(1)(A) permit) Desert Tortoise Survey ARROYO TOAD USFWS Protocol Adult Toad Presence/Absence Survey Tadpole Survey Trapping Pit Tagging QUINO CHECKERSPOT BUTTERFLY Protocol Presence/Absence Survey Hostplant / Nectar Source Survey PLANT SURVEYS Rare Plant Surveys Species Specific Plant Surveys VERNAL POOLS Wet Season Fairy Shrimp Sampling Dry Season Fairy Shrimp Sampling Vernal Pool Floral Inventory Vernal Pool Microwatershed Mapping OTHER NATURAL RESOURCE SERVICES Wetland Delineation Wetland Reconnaissance Wetland Delineation Vegetation Mapping Native Plant Community Restoration Seed Collection Soil Salvage Listed Species Handling LISTED SPECIES HANDLING Stephens Kangaroo Rat Burrow Excavation Stephens Kangaroo Rat Holding & Care Desert Tortoise Exclusion Fencing Installation/Removal Desert Tortoise Pre-Construction Clearance Surveys Arroyo Toad Exclusion Fencing Installation/Removal BIOLOGICAL MONITORING Biological Monitoring / 10(a)(1)(A) permit required Biological Monitoring / No 10(a)(1)(A) permit required PRODUCTS NATURAL RESOURCE MANAGEMENT DOCUMENTS MANAGEMENT PLAN Integrated Natural Resource Management Plan Fire Plan Soil Conservation Plan Erosion Control Plan Vegetation Management Plan Range Management Plan REGULATORY DOCUMENTS Biological Assessment Biological Evaluation Biological Constraints Report AERIAL PHOTOGRAPHS Mobilization Photos Flight Line Photo Rectification Additional Copies of Rectified Photos Additional Photos 2. In matrix format, detail the professional qualifications of your key personnel able to perform the services listed above. For each individual, detail the type and number of years of experience, permits held and relevant certifications obtained. Sub-Contractors key personnel may be listed. 3. Provide a list of agencies (both public and private sector) for whom your firm has provided natural resource related services, similar to those listed on the attached, within the last five years. 4. Provide a copy of all applicable Small Business Administration certifications. Responses shall not be in excess of 15 pages. Two sided pages count as two sheets. Copies of SBA Certifications are not included in the 15-page count. Respondents will not be notified of the results of the evaluation. All data received in response to this Sources Sought Announcement marked or designated as corporate or proprietary information will be fully protected from release outside the government. Submit responses to this Sources Sought announcement by 2:00 P.M. Pacific Standard Time January 11, 2006 to Naval Facilities Engineering Command, Southwest, Code AQE.JB, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response to joseph.l.brown2@navy.mil. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered.
 
Place of Performance
Address: Various Locations in Arizona, California, Nevada, New Mexico, Oregon, and Washington. The majority of work is expected to be in California
 
Record
SN00953881-W 20051218/051216212410 (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.