SOLICITATION NOTICE
F -- Develop Natural Resource training guides, perform analyzis, Etc.
- Notice Date
- 9/14/2009
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Army Reserve Contracting Center - West, Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
- ZIP Code
- 93955
- Solicitation Number
- W9124N09R0081
- Response Due
- 9/24/2009
- Archive Date
- 11/23/2009
- Point of Contact
- JOYCE AMADOR, 831-242-4078
- E-Mail Address
-
Army Reserve Contracting Center - West
(joyce.amador@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Mission and Installation Contracting Command-West, Presidio of Monterey has a requirement for improvement projects for the implementation of the Updated Integrated Natural Resource Management Plan (INRMP) for the 90th Regional Readiness Command (RRC), as required by the Sikes Act, at the Seagoville Local Training (LTA) Area (Seagoville, Texas) and the White Settlement Local Training Area (LTA) (Forth Worth, Texas). The work consists of, but is not limited to: 1) Development of Natural Resource Training guides, 2) perform National Environmental Policy Act analysis, 3) update the Geographic Information System (GIS), 4) management of the Seagoville Lake, 5) management of the Native Prairie, 6) management of Riparian Corridor, 7) management of the White Settlement LTA Pond, and 8) preparation of Natural Resources Plans and Studies. The contractor shall furnish all personnel, management, supervision, equipment, tools, supplies, materials, transportation, and any other items and services necessary to conduct the above stated services in accordance with the terms and conditions of the Performance Work Statement (PWS), Endangered Species Act (ESA), Clean Water Act (CWA), Migratory Bird Treaty Act (MBTA), Army Regulation (AR) 200-1, 16 USC 670a and 670b et seq., 7 U.S.C. 2801 et seq., Executive Order (EO) 13112 (Invasive Species), EO 11990 (Wetlands), EO 13186 (Migratory Birds), Army Policy for Management and Control of Invasive Species, DOD Directive 4715.1E (Environment, Safety, and Occupational Health), and the 90th RRC INRMP. Offerors are required to provide the following no later than the solicitation closing date and time: 1) copy of valid contractors license, 2) written narrative of relative experience with natural resource restoration/ improvement projects, 3) three references for same or similar requirement, citing contract numbers, name of point of contact and phone numbers, description of project, total cost, period of performance; and 4) Past Performance Questionnaire, attachment to solicitation, to be sent to and completed by the three references and returned directly to the point of contact indicated therein. Solicitation number W9124N-09-R-0081 will be available on or about 15 September 2009. Solicitation closing date and time and Proposal due date is Thursday, 24 September 2009 at 10:00 am (PST). A site visit will not be scheduled for this requirement. Applicable pictures, etc. of the site will be provided with the solicitation. This acquisition is solicited on a full and open, unrestricted basis. The North American Industry Classification System (NAICS) code for this project is 541620 with a size standard of $7.0 Million. Performance period for resultant award is a total of 12 months, 30 September 2009 through 29 September 2010. The contract will be a single award, Firm Fixed-Priced contract. Solicitation Number W9124N-09-R-0081 will be available on or about 15 September 2009 on the Federal Business Opportunities (FBO) website (http://www.fbo.gov) and the Army Single Face to Industry (AFSI) website (https://acquisition.army.mil/asfi/). For information on how to register your company on FBO, to view or receive updates and notifications to the solicitation, please reference the FBO Vendor Guide located on the FBO web site home page. NO paper copies of the solicitation will be furnished. Prospective contractors must be registered in the Central Contractor Registration Database (www.ccr.gov), prior to award of a government contract. Offerors are further advised that failure to register in the DoD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. Invoices required to be submitted through Wide Area Work Flow (WAWF) utilizing the 2-in-1 type, see https://wawf.eb.mil to register in WAWF. The point of contact for this requirement is Joyce Amador, 831-242-4078 or joyce.amador@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABK27/W9124N09R0081/listing.html)
- Place of Performance
- Address: Army Reserve Contracting Center - West Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA
- Zip Code: 93955
- Zip Code: 93955
- Record
- SN01953135-W 20090916/090915000028-33fbc1cc8ba2189196445a9661ef3c63 (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 |