SOURCES SOUGHT
R -- Seven Oaks Dam Mitigation, Multispecies Management and Habitat Enhancement in the Woolly Star Preserve Area, City of Highland, CA San Bernardino County, CA
- Notice Date
- 6/1/2011
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-11-S-0005
- Response Due
- 6/30/2011
- Archive Date
- 8/29/2011
- Point of Contact
- Tina Frazier, (213)452-3252
- E-Mail Address
-
USACE District, Los Angeles
(tina.a.frazier@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. This announcement is seeking information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB); and/or to proceed with full and open competition as unrestricted. The Government must ensure there would be adequate competition among the potential pool of responsible contractors. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The proposed procurement will be a competitive Request for Proposal (RFP) resulting in a Firm Fixed Price contract with a price range anywhere from 350,000.00 to $500,000.00. The successful contractor will be selected utilizing the Best Value Trade-Off process. The evaluation criteria to be used during this process will be established in a future RFP. The North American Industry Classification Code (NAICS) for this procurement is 541690, Other Scientific and Technical Consulting Services. The Small Business Size Standard is $7,000,000.00. The Government will use responses to this sources sought to make an appropriate acquisition decision. Business Concerns must submit a narrative describing their company's ability to perform work that is comparable to the work that encompasses utilizing the appropriate protocols and methodologies for population monitoring and habitat enhancement for the federally-endangered Santa Ana Woolly Star (Eriastrum densifolium), Slender-horned spineflower (Deodecahema leptoceras), and the San Bernardino kangaroo rat (Dipodymys merriami parvus), and their habitat within Woolly Star Preserve Area (WSPA), located in the City of Highland, San Bernardino County, CA. The Contractor shall possess the required regulatory permits for species handling, possess the experience and expertise necessary to perform the work stated below, and shall possess the knowledge of the flora, fauna, and habitat types in the WSPA. The Scope of Work for the Seven Oaks Dam Mitigation, Multispecies Management and Habitat Enhancement in the Woolly Star Preserve Area, City of Highland, San Bernardino County, California, will consist of, but are not limited to, the following: 1.Utilize appropriate survey protocols and methodologies, approved by the Corps and the U.S. Fish and Wildlife Service (USFWS), for monitoring population status and distribution for each of the three federally-protected species: Santa Ana Woolly Star (Eriastrum densifolium), Slender-horned spineflower (Deodecahema leptoceras), and the San Bernardino kangaroo rat "SBKR" (Dipodymys merriami parvus), and their habitat within WSPA. 2.Conduct directed studies and experiments using appropriate protocols, approved by the Corps and the USFWS, such as: a) woolly star seed collection, testing viability of seeds, and repository; review and refine woolly star demographic model by a qualified population biologist to project population growth or decline. b) grass control experiment to identify methods applicable to achieve reductions in non-native grass cover and vigor within spineflower habitat and monitor and evaluate results in a technical synthesis report; c) conduct habitat manipulations for habitat renewal and assess effects to the SBKR population and habitat, evaluate results and prepare technical synthesis of on data collected; d) document general habitat characteristics and succession of the WSPA using pre-defined habitat variables, summarize results of survey data and compare to most recent habitat terrace map to identify areas where changes in habitat classification may occur; and e) track status of relevant species and sensitive resources to fill critical information gap associated with concerned species life requirements and support implementation of management measures. 3.Design a plan for a Seven Oaks Dam re-operation habitat renewal experiment with preparation of a Plan of Action, design experiments and specifications, establish species and habitat baseline conditions, implement and monitor experiment, conduct post-treatment surveys, prepare progress reports and results, and maintain databases of survey data. Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 50% of the cost of the contract, not including the cost of materials, with its own employees for a Professional Services -type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Firms' response to this synopsis shall be limited to 8 pages and shall include the following information. Please number each entry in accordance with the information below: 1. Company's name, address, point of contact, phone number and e-mail address. 2. Company's interest in proposing on the solicitation when it is issued. 3. Contractors shall demonstrate successful completion of at least 3 similar projects within the last 5 years in a range from between $350,000.00 to $500,000.00 4. Brief description of the project(s), customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least 3 examples maximum 3 pages each. 5. Company's Small Business category and Business size (Small Business, HUB Zone, Woman Owned Small Business, Service Disabled Veteran Owned Small Business, and 8(a)). 6. Company's Joint Venture Information if applicable existing and potential. Interested Firms shall respond to this Sources Sought synopsis by fax, email or regular mail no later than 30 June 2011 by 2:00 P.M. (PST). All interested firms must be registered in CCR (Central Contractor Registration) to be eligible for award of Government contracts. Mail address: USACE, Los Angeles District, 915 Wilshire Blvd., Suite 1400, ATTN: Tina A. Frazier, CESPL-CT-W Los Angeles, CA 90017. The email address is: tina.a.frazier@usace.army.mil. The fax numbers are 213.452.4184 or 4187. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. The official synopsis citing the solicitation numbers will be issued on the Federal Business Opportunities website (www.fbo.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-11-S-0005/listing.html)
- Place of Performance
- Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
- Zip Code: 90053-2325
- Zip Code: 90053-2325
- Record
- SN02461456-W 20110603/110601234822-bb2e4fa0838d1cebcddec0b7d6c0d6ec (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 |