Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 25, 2014 FBO #4596
SOURCES SOUGHT

R -- Puget Sound Chinook Harvest Resource Management Plan Supplemental Environmental Impact Statement (SEIS)

Notice Date
6/23/2014
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
NFFP5000-14-02252
 
Archive Date
7/22/2014
 
Point of Contact
SARAH MCKIM, Phone: 206-526-6345
 
E-Mail Address
SARAH.MCKIM@NOAA.GOV
(SARAH.MCKIM@NOAA.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) is seeking sources capable of performing the requirements necessary to complete the following work. The Government is especially interested in responses from SBA-certified small business concerns that are capable of performing this work. Puget Sound Chinook Harvest Resource Management Plan (RMP) Supplemental Environmental Impact Statement (SEIS). BACKGROUND Protecting and restoring the productivity, diversity, spatial structure and abundance of salmon depends on the successful management of all factors affecting salmon life history, including freshwater, estuarine, and marine habitats; ecological interactions; harvest; and hatchery programs. To that end, the Washington Department of Fish and Wildlife and the Puget Sound Treaty Tribes (together, co-managers) will submit to the National Marine Fisheries Service (NMFS) a jointly prepared Resource Management Plan (RMP) under Limit 6 of the Endangered Species Act (ESA) 4(d) Rule. This RMP regulates salmon and steelhead fisheries within Puget Sound and the Strait of Juan de Fuca that take ESA-listed Puget Sound Chinook. The RMP will provide the framework and objectives against which the co-managers must develop their annual action-specific fishing regimes to protect Puget Sound Chinook salmon and meet other management objectives. NMFS' determination of whether the RMP achieves the conservation standards of the ESA, as set forth under the salmon and steelhead ESA 4(d) Rule, is the Federal action requiring compliance with the National Environmental Policy Act (NEPA). When a solicitation is issued, we intend to ask prospective contractors to scope and budget for a supplemental EIS. OBJECTIVE The NMFS West Coast Regional Salmon Management Division (SMD) is seeking assistance to prepare sections of the above-titled supplemental environmental impact statement (SEIS). The SEIS is being prepared as a NEPA requirement prior to NMFS' approval of the Puget Sound Chinook Harvest Resource Management Plan (RMP) under Section 4(d) of the ESA. Completion of the SEIS is estimated to take 18 months from receipt of the proposed RMP. However, it is understood that the schedule will respond to changing circumstances. The award period of performance is anticipated to begin in September 2014. TASKS Tasks performed by Contractor will include: 1.Project management and Project File; 2.(a) Completion of tasks associated with the Public Scoping Report and revisions to Chapter 2 based on the outcome of public scoping; (b) revisions to all SEIS chapters based on comments received during the public comment period; 3.Chapter 4 (Environmental Consequences) ; 4.Chapter 5 (Cumulative Effects); 5.Record of Decision - preparation of table comparing alternatives by resource; 6.Cover Page and remaining EIS Sections; 7.Appendices; 8.Technical editing; and 9.Regular communications with NMFS regarding task status and SEIS development. The NAICS code for this requirement is 541620 -- Environmental Consulting Services. The small-business size standard is $14 million. The Government anticipates awarding a fixed-price services contract for this supplemental EIS. Please submit information to include: 1) Your firm's DUNS number & CAGE code; 2) Your firm's SBA certified small business concern status. Specifically identify if your firm is HUBZone-certified, Service Disabled Veteran Owned, or SBA 8(a) program certified; 3) Information to demonstrate your firm's record of proven performance in effective and timely communication, product delivery, responsiveness and budgetary management in recent project management. 4) Information to demonstrate your firm's understanding and management of important events or tasks. Additionally, please describe your firm's proposed methods for establishing, organizing, and performing logistics associated with fulfilling the contract requirements. 5) Recent project management experience working on large scale, interdisciplinary projects in Puget Sound or the Columbia River involving management of fish, marine mammal and wildlife species listed under the ESA and requirements of the Marine Mammal Protection Act and involving exercise of tribal treaty rights under U.S. v Washington or U.S. v Oregon. 6) Recent (within past 5 years) NEPA-related assessments of Puget Sound and Columbia River fisheries and hatchery programs involving co-management and Puget Sound tribal treaty fishing rights, cultural resources, marine mammals, sea birds, salmon and steelhead and marine fish species in Puget Sound, ESA-listed species in Puget Sound, climate change for the Pacific Northwest and socio-economic and environmental justice. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Information must be received by the Contract Specialist. Any questions or responses regarding this notice must be submitted in writing via e-mail. Firms that are interested in sub-contracting opportunities related to this project should contact interested vendors directly with inquiries.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NFFP5000-14-02252/listing.html)
 
Place of Performance
Address: Contractor's Facility / Pacific Northwest., United States
 
Record
SN03402596-W 20140625/140623234158-9c94bc6d5e155173bdf18ba3143bb5b0 (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.