Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOLICITATION NOTICE

B -- CA-SAN PABLO BAY-PLANT INVENTORY

Notice Date
12/19/2019 9:21:24 AM
 
Notice Type
Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
DEPT OF INTERIOR FISH WILDLIFE SVC PORTLAND OR 97232 USA
 
ZIP Code
97232
 
Solicitation Number
140F0120Q0009
 
Response Due
1/8/2020 8:59:59 PM
 
Archive Date
01/23/2020
 
Point of Contact
Lautzenheiser, Karl
 
E-Mail Address
Karl_Lautzenheiser@fws.gov
(Karl_Lautzenheiser@fws.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 10 has been tasked to solicit for and procure a firm-fixed-price (FFP) contract for environmental consulting service for field-based invasive plant inventory mapping and data collection at San Pablo Bay National Wildlife Refuge (Refuge), Sonoma CA (Counties of Solano and Napa). The purpose of this work is to complete the third and final phase of the San Pablo Bay National Wildlife Refuge Invasive Plant Inventory initiated in FY2013. This third phase of the Inventory will document the location and attributes of 21 invasive plants within three management units of the Refuge. Invasive plants to be documented are listed in Table 2 of the 2013-2014 Invasive Plant Inventory; San Pablo Bay National Wildlife Refuge Final Report (USFWS 2014), which is included as Appendix A. Inventory results will complete Refuge baseline knowledge of infestation occurrences. Results will help to guide completion of the Refuge Invasive Plant Management Plan, which will include recommendations for the treatment and/or eradication of each invasive plant. Project is a small business set-aside. Based upon past similar work, project magnitude is estimated to be around $15k. Applicable NAICS code is 541620. Small business size is defined as $15.0 million or less annually when averaged over a three year period. The period of performance is from date of award to December 31, 2020. There is no site visit opportunity. The following is the current Statement of Work of the required tasks. 1. General: 1.2 The U. S. Fish and Wildlife Service (USFWS) has a requirement for environmental consulting service for field-based invasive plant inventory mapping and data collection at San Pablo Bay National Wildlife Refuge (Refuge). 1.2 Purpose/End Application: The purpose of this work is to complete the third and final phase of the San Pablo Bay National Wildlife Refuge Invasive Plant Inventory initiated in FY2013. This third phase of the Inventory will document the location and attributes of 21 invasive plants within three management units of the Refuge. Invasive plants to be documented are listed in Table 2 of the 2013-2014 Invasive Plant Inventory; San Pablo Bay National Wildlife Refuge Final Report (USFWS 2014), which is included as Appendix A. Inventory results will complete Refuge baseline knowledge of infestation occurrences. Results will help to guide completion of the Refuge Invasive Plant Management Plan, which will include recommendations for the treatment and/or eradication of each invasive plant. 1.3 Contractor Qualifications: The contractor must have the following expertise and demonstrable experience: - Identification of San Francisco Bay tidal marsh and grassland/seasonal wetland plants - Mapping the distribution and abundance of plants - Collection, management, and analysis of spatially-referenced (GPS and GIS) plant data and metadata, including use of ESRI ArcMap or ArcGIS Pro Data; collection qualification can include expertise in ArcCollector and ArcGIS Online or other GPS hardware - Preparing maps and reports summarizing spatially-referenced plant data 1.4 Other: Plant survey protocols to be followed are detailed in section 2 of the 2013-2014 Invasive Plant Inventory; San Pablo Bay National Wildlife Refuge Final Report (USFWS 2014, Appendix A) 2. Place of performance and period of performance: 2.1 Location: Work will be performed on the San Pablo Bay National Wildlife Refuge, (38.1297�N, 122.3931�W), located between the Petaluma River to the west and the Napa River to the east, in Sonoma, Solano and Napa Counties (Figure 1). The Refuge office is located at 2100 Sears Point Road, Sonoma CA 95476. Specifically, work will be performed within the Skaggs Island Outboard Marsh unit (333 acres), the Cullinan Ranch Outboard Marsh unit (151 acres), and the Sears Point grasslands/seasonal wetlands unit (492 acres). 2.2 Period of Performance: The period of performance will be between the date of award, and December 31, 2020. The field-based portion of the project will be limited to the period between May 1, 2020 and July 31, 2020. The majority of the 21 invasive plant species to be inventoried will be mature and/or in flower, and therefore most easily identified during this time period. See Table 1 for Project Timeline. 2.3 Normal duty hours: Monday thru Friday 8:00 a.m. - 5:30 p.m. In the event of emergencies, Contractor shall provide contact information. 2.4 Non duty hours: include week nights, weekends, and Government holidays (New Year's Day, Martin Luther King Jr.'s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day). 3. Scope 3.1 Project Description: The contractor shall conduct a field-based inventory of 21 identified invasive weed species on Refuge management units. Portions of the tidal marsh units to be inventoried are only accessible by boat (motorboat and kayak accessible). These units are comprised of sensitive tidal marsh, which is habitat for the federally endangered salt marsh harvest mouse, therefore contractors shall follow strict protocol for walking in the marsh. The Refuge Biologist will meet with the contractor prior to commencement of the inventory, to train the contractor about sensitive resources and about proper procedures for walking in the marsh (Appendix B). The contractor shall provide all of the GPS equipment, other field equipment, vehicles, boats and crew necessary to conduct the inventory, including all means of transportation to all units of the Refuge during the entire scope of the project. Upon request, the Refuge will provide a kayak(s), and kayaking equipment. The contractor shall also provide all computer hardware/software to conduct data analysis and report writing. Task Priorities: Option 1 is to complete all three of the required tasks identified below (3.1.1 � 3.1.3). If funds available for this contract cannot cover all of the three required tasks identified below, then Option 2 will be to complete tasks 3.1.1, and 3.1.2. Option 3 will be to complete task 3.1.1. Potential contractors should submit bids detailing costs for Options 1 through 3, detailing costs for Task 3.1.1 through 3.1.3 separately. 3.1.1. The contractor shall conduct a field-based inventory of 21 weed species on the approximately 100 acre Cullinan Ranch Outboard Marsh unit (Map 1). The contractor shall follow the Inventory Protocol in section 2 of the 2013-2014 Invasive Plant Inventory; San Pablo Bay National Wildlife Refuge Final Report ((USFWS 2014); hereafter referred to as the �Report�) (Appendix A) including all methods and techniques for mapping, data collection, data processing and analysis, outlined in the Report. The Cullinan Ranch Outboard Marsh includes 3 boundary levees including their transition slopes to marsh plain elevation (levees indicated in red on Map 1), and the strip marsh between the Cullinan Ranch Unit, and Dutchman Slough (area outlined in yellow polygon on Map 1). This unit will be inventoried by walking boundary levees (outlined in red on Map 1), and by walking accessible levees on the Cullinan Ranch Unit side of the strip marsh, and by boating along the Dutchman slough side of the Unit. Dutchman Slough is navigable by both kayaks and motorized boats. To access Dutchman Slough via kayak, the contractor may launch at either kayak launch within the Cullinan Ranch Unit (indicated by pins on Map 1), and kayak through the unit, out through breaches in the levee (indicated in blue on Map 1) to Dutchman Slough. The contractor may negotiate other kayak launch sites within the Cullinan Ranch Unit with the Refuge Biologist. To access Dutchman Slough via motorized boat, the contractor will have to launch from a motorized boat launch site. The closest motorized boat launch is at Brinkman�s Marina in Vallejo. It takes about 20-25 minutes to reach the East side of Cullinan Ranch from the Marina. When the contractor needs to access the strip marsh, according to the Inventory Protocol, they may pull their boat or kayak partially up into the marsh (or tie off/anchor their boat to a marsh feature), while they get out to inventory. The Refuge Biologist estimates that a 2 person crew using a double kayak may be able to complete the Cullinan Outboard Inventory in2 eight-hour days , but can not guarantee that the inventory will not take longer. 3.1.2. The contractor shall conduct a field-based inventory of 21 weed species on the approximately 333 acre Skaggs Island Outboard Unit (Map 2). The contractor shall follow the Inventory Protocol in section 2 of the 2013-2014 Invasive Plant Inventory; San Pablo Bay National Wildlife Refuge Final Report (USFWS 2014). (Appendix A) including all methods and techniques for mapping, data collection, data processing and analysis, outlined in the Report. The Skaggs Island Outboard Unit includes the strip marsh that surrounds the Skaggs Island and Haire Ranch Units, and which is bounded by the Island/Ranch boundary levee and the major slough channels that surround the Island/Ranch (Sonoma Creek, Second Napa Slough, Hudeman Slough and Napa Slough). This unit will be inventoried by walking the entire perimeter levee of Skaggs Island/Haire Ranch, and by boating the sloughs along the Skaggs Island Outboard Unit. All sloughs are navigable by both kayaks and motorized boats. The levees can be accessed by vehicle (car/truck), and the sloughs can be accessed by kayak or motorized boat. To access the sloughs via kayak, the contractor may launch their kayak from the Skaggs Island Unit, by pushing/pulling the kayak through a narrow strip of marsh (the Refuge Biologist will give the contractor specific directions to potential kayak launch points). To access Dutchman Slough via motorized boat, the contractor will have to launch from a motorized boat launch site. The closest motorized boat launch is at Brinkman�s Marina in Vallejo. It takes about 45 minutes to reach Skaggs Island from the Marina. When the contractor needs to access the strip marsh, according to the Inventory Protocol, they may pull their boat or kayak partially up into the marsh (or tie off/anchor their boat to a marsh feature), while they get out to Inventory. The Refuge Biologist estimates that a 2 person crew using a double kayak may be able to complete the Skaggs Island Outboard Inventory in 3 to 4 eight-hour days , but can not guarantee that the inventory will not take longer. 3.1.3. The contractor shall conduct a field based inventory of 21 weed species on the approximately 492 acre Sears Point Grassland Unit (Map 3). The contractor shall follow the Inventory Protocol in section 2 of the 2013-2014 Invasive Plant Inventory; San Pablo Bay National Wildlife Refuge Final Report (USFWS 2014) (Appendix A) including all methods and techniques for mapping, data collection, data processing and analysis, outlined in the Report. The Sears Point Grasslands Unit consists of two distinct parcels, which are both accessible by vehicle (car/truck). The Refuge Biologist will give the contractor directions to drive to the parcels, and all parts of the grasslands unit can be accessed by foot. The Refuge Biologist estimates that a 2 person crew walking transects across grasslands may be able to complete the Sears Point Grassland Unit in 4 to 5 eight-hour days , but can not guarantee that the inventory will not take this long, or that it will not take longer. 3.2 Data collection standards. The contractor and USFWS will work together to: 1) identify data storage/structures, management, and documentation standards, 2) discuss and agree upon standard operating procedures (SOPs) for data collection, management, and analysis. Any modifications to the agreed-upon survey design will be communicated to the USFWS project contact before changes are implemented. The contractor will conduct a pre-survey field visit with Refuge staff to ensure the contractor and associated field staff can demonstrate knowledge about: - Survey design - Data collection and management methods and tools - Field identification of targeted species Data collection standards: - All GPS data collected for this project and all resulting products shall be in UTM NAD83 Zone 10N projection. GPS units/receivers used for data collection shall have an accuracy of 3 meters or less. - Commercial-grade GPS receivers with WAAS enabled (to provide differential correction) should be used. - Relatively inexpensive GPS receivers or cell phone like devices are not recommended for use to attain 1-3 meter accuracy. - Position averaging is recommended to meet accuracy requirement. - Metadata should reflect estimated accuracies from field personnel during data collection activities. Data dictionaries in GPS units with data collection forms (e.g. ESRI Collector, Trimble Terrasync, CartoPac) are designed to document GPS mapped features simply, efficiently, and without redundancy. Prior to going into the field, menu and drop-down lists or domains should be created and loaded onto the GPS unit. When collecting data in this fashion, it is mandatory to download data at the end of the day for each field collection effort in order to prevent accidental data loss. A document including the description of collection methods and outline of database schema (including all field names, field sizes, domain lists and table relationships) should be included. Also include the raw version of data dictionary (e.g. ESRI ArcPad .AXF, Trimble Terrasync .DDF) or data collection form as project deliverable. 4. Deliverables and/or Delivery Schedule: 4.1 Invasive Plant Maps & Report. See Table 1 for Project Timeline. A final report summarizing inventory results (including maps) and associated data shall be provided to the Refuge by December 31, 2020. A draft report and all proofed data will be provided to the Refuge Biologist for review by September 30, 2020. The Refuge Biologist and the contractor will meet by October 31, 2020 (can be via teleconference) to discuss revisions of the report before finalization. At a minimum, the report will include the following sections: introduction (including refuge context/overview), inventory objectives, methods used (field search methods, data collection standards, data collection tools, data processing, data validation/error checking procedures), results (including tables and maps; by species and management unit, survey areas and acres searched), discussion and recommendations, references cited, glossary of terms. Maps will include a scale and legend. An ESRI ArcMap package or collection of files will be included with the Report. 4.2 Raw and processed inventory data. USFWS will provide a geodatabase for use by contractor. The contractor will provide the Refuge Biologist with raw and processed data generated during the inventory at completion of project. This will include: geodatabase containing GPS track logs, background imagery used for the inventory, and associated metadata. The geodatabase will be compatible with ArcGIS 10.6 and contain Federal Geographic Data Committee Standards (FGDC) (www.fgdc.gov) using Content Standard for Digital Geospatial Metadata (CSDGM), Vers. 2 (FGDC-STD-001-1998).Metadata shall be produced and provided in XML format 4.3 Reports and all data generated during the inventory shall be provided electronically and mailed on two USB drives (any hand-drawn maps or other forms of hard copy data may be scanned and sent electronically as well). 5. Government-Furnished Equipment (GFE) / Government-Furnished Information (GFI) 5.1 The Refuge will provide the contractor with: - The GIS geodatabase for the boundaries of the three Refuge management units for inventory. - The GIS geodatabase for the 30m squared survey grid overlay for each management unit. - A geodatabase template to be used for field data collection 5.2 Accessibility to tidal marsh units may be limited by tidal elevations and tidal inundation. The contractor shall plan appropriately. 6. Evaluation and Acceptance 6.1 The contractor will be evaluated as detailed herein. Government acceptance is contingent upon draft report, maps and proofed data, and agreed upon changes to report, maps and data presentation after review by Refuge Biologist. 7. Quality Control/Quality Assurance: 7.1 Where appropriate, Quality Control will be maintained according to industry standards and made available to the agency with the contractor�s proposal. 7.2 Measures for assessing quality control and acceptance will include 1) completion and delivery of draft report, and 2) review of the inventory data and maps before the final report is generated. 8. Technical Coordinator: 8.1 The Technical Coordinator for this project is Meg Marriott, Wildlife Biologist, SPBNWR. Address: 2100 Sears Point Road, Sonoma CA, 95476 Cell Phone: 619-261-3136 Office Phone: 707-769-4200 x 104 Email: meg_marriott@fws.gov 8.2 The Secondary Coordinator for this project is Joy Albertson, Supervisory Wildlife Biologist, San Francisco Bay National Wildlife Refuge Complex Address:1 Marshlands Road, Fremont, CA 94555 Office Phone: 510-792-0222 x 131 Cell Phone: 510-557-1042 Email: joy_albertson@fws.gov Basis for award will be ""Lowest-Priced, Technically-Acceptable."" The evaluation factors in determining whether a proposal is technically acceptable will be specified in the solicitation package to be issued and will include demonstrated skills and abilities in areas such as 1) identification of San Francisco Bay tidal marsh and grassland/seasonal wetland plant; 2) mapping the distribution and abundance of plants; 3) collection, management, and analysis of spatially-referenced (GPS and GIS) plant data and metadata, including use of ESRI ArcMap or ArcGIS Pro Data; collection qualification can include expertise in ArcCollector and ArcGIS Online or other GPS hardware and 4) preparing maps and reports summarizing spatially-referenced plant data. Solicitation Number 140F0119Q0009 with attachments was posted on or about November 12, 2019. The date for receipt of questions has passed. Amendment 0002 is being posted to FBO on or about December 19, 2019 and revises the date for receipt of quotes to 2 PM PT on Wednesday, January 8, 2020. Quotes can be emailed directly to Karl Lautzenheiser at karl_lautzenheiser@fws.gov. No further notice will be posted on FedBizOpps. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database prior to quote submission at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical or contract questions, please contact Karl Lautzenheiser by email to Karl_Lautzenheiser@fws.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/07a4ea5af876483c940a808b838c203a/view)
 
Record
SN05521129-F 20191221/191219230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.