Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2015 FBO #4787
MODIFICATION

F -- Integrated Training Area Management GIS Services Contract for Fiscal Year (FY) 2015

Notice Date
12/31/2014
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-15-R-0004
 
Response Due
1/9/2015
 
Archive Date
3/1/2015
 
Point of Contact
Ian McClary, 611-9744-2126
 
E-Mail Address
USACE District, Europe
(ian.r.mcclary@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre Solicitation Notice for W912GB-15-R-0004 Project Title and Location: Integrated Training Area Management GIS Services Contract for Fiscal Year (FY) 2015 The United States (U.S.) Government is soliciting interest for a Firm Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) Multi Award Task Order Contract (MATOC). The purpose of this acquisition is to provide training land management capability across the total Army. The US Army recognizes that the execution of training to doctrinal standards under realistic combat conditions will affect the environment. The ITAM Program is also an essential part of the Army's commitment to environmental stewardship. ITAM establishes a systematic framework for decision-making and management of Army training lands. This allows the Army to manage its land in an environmentally sound manner to ensure no net loss of training lands for accomplishing primary activities (training, testing, storage, etc,) or for impacting the overall training capability. The effective integration of stewardship principles into training land and conservation management practices ensures that the Army's lands remain viable to support future training and mission requirements indefinitely. It integrates elements of operational, environmental, master planning, and other programs to identify and assess land use alternatives. The ITAM Program thus supports sound natural and cultural resource management practices to provide stewardship of land assets, while sustaining those assets to support training, testing, and other installation missions. The ITAM program consists of four major elements: (i) Range and Training Land Assessment (RTLA, (ii) Training Requirements Integration (TRI), (iii) Land Rehabilitation and Maintenance (LRAM), (iv) Sustainable Range Awareness (SRA). The Contractor shall support the aforementioned programs (depending upon the particular scope of the work contained in an individual Task Order) by conducting appropriate field surveys, field sampling, investigations, site visits, interviews, and literature searches; execute suitable studies; prepare satisfactory reports, prepare plans and specifications, perform on-going site monitoring, Geographic Information System support, imagery/drawings, cartographic mapping, and provide on-site support to assist in performing Sustainable Range Program (SRP) related tasks. Any or all of the above may be required during the period of this contract. Those work efforts described above may occur at any location described below. There will be one (1) solicitation for the following geographical locations: Germany, Italy, Bulgaria, Belgium, Romania, Estonia, Latvia, Lithuania, Poland, Ukraine and Slovenia. Majority of the work is anticipated to be primarily in Germany. Each project task order awarded under this contract shall normally be comprised of a number of pre-described and pre-packed tasks as described in each Task Order and the Unit Price Book. The Award of this contract will be made on best value to the Government. Price and Technical factors will be considered. a. PERFORMANCE PERIOD: A base period of one (1) year and (3) three-year option periods. b. MAXIMUM CONTRACT VALUE: It is anticipated $2,375,000.00 annually for the base period and 3 option years, not-to-exceed $9,500,000 for the entire life of the contract. c. MINIMUM GUARANTEE: A single minimum guarantee amount of $5,000 covers the base period and any option period(s). d. TASK ORDER LIMITATIONS: The minimum task order is $2,500 and the maximum task order is $1,250,000 (reference clause 52.216-19). On a case by case basis the Contracting Officer has the authority to issue task orders that may exceed the maximum task order limit. A draft Statement of Work (SOW) is attached to encourage early Contractor involvement. Potential offerors are encouraged to submit questions related to this notice or the draft SOW no later than Friday 09 January 2014 to Contract Specialist Ian McClary at Ian.R.McClary@usace.army.mil and Contracting Officer Frank Johnson at Frank.j.Johnson@usace.army.mil. You will be informed when and where you may obtain a copy of the solicitation documents as well as details on any potential site visit. Solicitation will be issued on or about Thursday 26 January 2015. Solicitation cancellation with no obligation to the Government- quote mark Note to offerors: The Government reserves the right to cancel the solicitation, either before or after the proposal opening with no obligation to the offeror by the Government. quote mark
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-15-R-0004/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN03607465-W 20150102/141231234207-0666f338da02ff055d21fdeb0f02fff6 (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.