Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

F -- Environmental Conservation Services for MOTCO

Notice Date
9/15/2020 6:49:14 AM
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123820R0072
 
Response Due
9/21/2020 8:00:00 AM
 
Archive Date
10/06/2020
 
Point of Contact
Arnel D. Margen, Phone: 9165577508
 
E-Mail Address
arnel.d.margen@usace.army.mil
(arnel.d.margen@usace.army.mil)
 
Small Business Set-Aside
WOSBSS Women-Owned Small Business (WOSB) Program Sole Source (FAR 19.15)
 
Description
SYNOPSIS OF PROPOSED CONTRACT ACTION/PUBLIC ANNOUNCEMENT PRE-SOLICITATION NOTICE W91238-20-R-0072 This is a synopsis of a proposed contract action / pre-solicitation notice for commercial items prepared in accordance with the format in Federal Acquisition Regulation subpart 5.207, as supplemented with additional information included in this notice. This announcement constitutes only the public announcement of a pre-solicitation notice (including intent to issue a sole source award to ECO and Associates to execute technical activities for Conservation Services for MOTCO to provide environmental survey work, GIS data collection, develop a Programmatic Biological Assessment (PBA) to support annual threatened and endangered species surveys and for various operational and maintenance activities, install raptor perches, monitor and repair of bird deterrents, monitor and repair cattle exclusion fencing, eliminate erosion in creeks south of canal and cleanup debris for Military Ocean Terminal Concord (MOTCO). The United States Corps of Engineers, Sacramento District is anticipating to award a task order by 30 Sept 2020 in accordance with FAR 8.405-6 Limited Source Justification using GSA Professional Services Schedule Task Order. The Product Service Code is F9999. The North American Industrial Classification System Code is 541620 � Environmental Consulting Service with a small business size standard of $15 M. Contracting O?ice Address: United States Corps of Engineers 1325 J Street Sacramento, CA 95814 Duration of Contract Period: Twelve-month base period plus four twelve-month option years. A Task Order will be issued individually on a firm-fixed-price basis, using the price schedules established at time of award. Description of Services: The purpose of the task order is to provide environmental conservation services, management plans, and surveys to allow MOTCO to be compliant with biological opinions and recommendations from Integrated Natural Resources Management Plan (INRMP). The Contractor shall to provide environmental survey work, GIS data collection, develop a Programmatic Biological Assessment (PBA) to support annual threatened and endangered species surveys and for various operational and maintenance activities, install raptor perches, monitor and repair of bird deterrents, monitor and repair cattle exclusion fencing, eliminate erosion in creeks south of canal and cleanup debris for Military Ocean Terminal Concord (MOTCO). The Contractor will conduct environmental surveys at MOTCO. Conduct Annual Special Status Species Surveys on birds, plants and animals: The contractor shall consult with USFWS, NMFS, CDFW as appropriate regarding the timing, location, and methods used to sample for special status species in the area. Biologists conducting the surveys shall be familiar with the species being surveyed, have all necessary federal and state permits, and be approved by the USFWS, NMFS, and CDFW to conduct such surveys. The surveys should be as inclusive as possible and should include buildings and structures that could be used for roosting and nesting. The surveys will be conducted in accordance with approved protocols. This includes preparation of survey plans for submittal and approval by state and Federal Regulatory Agencies. The surveys will include each of the species identified using GIS mapping. Surveys will be performed in accordance with the Regulatory Agency protocols established for each species. The results of the surveys will be coordinated with MOTCO and USACE. All work shall be in support of the mission on MOTCO. The surveys will include but not be limited to the following special status species that have been identified on MOTCO. The Contractor shall perform all described surveys, analyses, reports, and other work related to the surveys and habitat assessments and follow related protocol compliance requirements. The Contractor shall review recent survey data, Regulatory Agency protocols, and other references as starting points for the work. Existing information from the Government, on-line sources, universities, government databases, and existing installation data shall be used in the comparison and evaluation of impacts. The Contractor shall analyze and disclose the survey results in report form to include data sheets, data analyses, and spatial data and maps generated in support of a document shall be generated and delivered in ArcGIS 9.2 compatible format and meet the spatial data requirements according to current USACE policy. All reports generated under this order shall be submitted to the MOTCO POC, USACE POC, and Contracting Officer�s Representative (COR) for review. Upon addressing review comments made on the draft version, and upon government approval, the Contractor shall produce a final version of the report. The A-E shall prepare and submit an APP/SSHP with a Munitions and Explosives of Concern Anomaly and Avoidance Work Plan for review and approval. The determination not to compete the contract based on the responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All information submitted should support the o?eror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an o?eror's bona fide capability to provide these services. Verbal responses are not acceptable and will not be considered. The Government reserves the right to cancel the Sole Source Award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f5bd950f64a54a1db7ebc78d60a669d7/view)
 
Place of Performance
Address: Concord, CA 94520, USA
Zip Code: 94520
Country: USA
 
Record
SN05797722-F 20200917/200915230151 (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  © 1994-2020, Loren Data Corp.