Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2019 FBO #6440
SOURCES SOUGHT

F -- HI-PMNM-MIDWAY SEABIRD RESTORATION PROJE

Notice Date
7/10/2019
 
Notice Type
Synopsis
 
NAICS
813312 — Environment, Conservation and Wildlife Organizations
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE<br />EASTSIDE FEDERAL COMPLEX<br />911 NE 11TH AVENUE<br />PORTLAND<br />OR<br />97232-4181<br />US<br />
 
ZIP Code
97232
 
Solicitation Number
140F0119Q0153
 
Response Due
7/19/2019
 
Archive Date
8/3/2019
 
Point of Contact
Lautzenheiser, Karl
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS and is for informational / market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this requirement can be set-aside for small business or other socioeconomic programs to include: Small Business, 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB). Those aforementioned programs are highly encouraged to respond. The synopsis and solicitation, if issued, will be made available on FedBizOpps (http://www.fbo.gov). It is the potential offeror's responsibility to monitor FedBizOpps for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 813312 Environment, Conservation and Wildlife Organizations Small Business Size Standard: $15.0 Million Product and Service Code (PSC): F019 Other Wildlife Management Services GENERAL INFORMATION: The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit for and procure a firm-fixed-price order to acquire additional professional technical expertise to plan and implement services to carry out its Midway Seabird Protection Project. The work to be completed occurs at the two locations part of the request can be handled from any location, but other components must be performed on Midway Atoll National Wildlife Refuge (refuge). A remote refuge more than 1,000 miles from the main Hawaiian Islands. Access to the island is only by private charter or aircraft or boat and any transportation options must be approved by the refuge and will not be covered as part of this contract. Period of Performance is 6 months from date of award. SCOPE OF WORK: 3.1 The contractor shall develop an operational plan for the Midway Seabird Restoration Project. The operational plan must contain the following components across one or multiple documents. - Aerial baiting strategy - Hand broadcast strategy - Strategy for addressing water resources - Infrastructure baiting strategy - Project communications plan - Project safety plan - Efficacy monitoring plan (bait availability and mouse monitoring in keys areas to inform project baiting decisions) - Confirmation plan (rapid assessment of success) 3.2 The contractor shall develop databases to support the operational plan for the Midway Seabird Restoration Project including: - Database of built infrastructure - Database to manage baiting strategy implementation 3.3 The contractor shall develop and environmental monitoring plan to support the operational plan for the Midway Seabird Restoration Project. This monitoring plan should include techniques and timing to measure bait residue and toxicity monitoring in the environment. This should be measured across a variety of environmental parameters including insects, soil, water, etc. to assess brodifucum levels over time. 3.4 Option 1: The contractor shall implement the operational plan for the Midway Seabird Restoration Project. Implementation of Operational Plan includes providing the following: - On the ground technical staff (aerial operations chief, infrastructure baiting, efficacy monitoring staff, etc ¿) - Coordination of aerial operations - Oversight of human-based food source strategy implementation 3.5 Option 2: The contractor shall monitor the efficacy of the Midway Seabird Restoration Project. This would include the following: - On the ground technical staff for implementation of confirmation plan - On the ground technical staff for implementation of environmental monitoring plan CAPABILITIES: Firms shall demonstrate the following: 1. Experience: At a minimum, firms shall provide the following information for this Midway Seabird Protection Project. Firms shall provide no more than five (5) similar projects. Each project shall have a final contract value not greater than $250,000 and shall have been completed within the past five (5) years or be currently ongoing (but at least 25% complete). - Contract Number - Contract Title - Contract Location - Contract Type (Firm-Fixed-Price or Other (Please Specify)) - Worked as the Prime Contractor, Subcontractor or Other (Please Explain) - Contract Award Completion Date - Contract Actual Completion Date - Brief Explanation of Difference in Contract Award and Actual Completion Date - Contract Award Price - Contract Final Price (Inclusive of Modifications) - Brief Explanation of Difference in Contract Award and Final Price - Complexity of Project (High, Medium or Low) - Briefly describe the contract and how it is relevant to this Midway Seabird Protection Project work listed under `GENERAL INFORMATION" and "SCOPE OF WORK" paragraphs above. INSTRUCTIONS TO RESPOND TO SOURCES SOUGHT SYNOPSIS: Prior Government contract work is not required for submitting a response to this synopsis. Firm's responses to this synopsis shall be limited to ten (10) pages and at a minimum, shall include the following information: 1. Name and address 2. Point of contact name, phone number and email address 3. CAGE Code and DUNS Number (if applicable) 4. Interest in working as a prime contractor, subcontractor or other (please explain) 5. Capabilities: Firms shall demonstrate their ability to meet the requirements in the section titled `CAPABILITIES. ¿ 6. Business size based on the listed NAICS Code, as well as any socioeconomic categories (Small Business, 8(a), HUBZone, WOSB, EDWOSB and SDVOSB) Responses will be shared within the Government's project team, but otherwise will be held in strict confidence. Interested firms shall respond to this synopsis no later than 2:00 PM Pacific Time on July 19, 2019. All responses shall be submitted electronically to the Contract Specialist, Karl Lautzenheiser (karl_lautzenheiser@fws.gov) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0119Q0153/listing.html)
 
Record
SN05365002-F 20190712/190710230023 (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  © 1994-2020, Loren Data Corp.