Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2010 FBO #3164
SOLICITATION NOTICE

B -- Combined Synopsis / Solicitation - Mountain Lion Capture

Notice Date
7/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
10WRQQ0257
 
Response Due
7/28/2010
 
Archive Date
7/22/2011
 
Point of Contact
CHERYL FITCH CONTRACTING SPECIALIST 9162789331 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation Number #:10WRQQ0257 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect throughout Federal Acquisition Circular: 05-44, dated July 8, 2010. This combined Synopsis /Solicitation is not a set-aside for 100% small business. The NAICS code(s) is / are 114210, Size Standard: $4.0M. DESIRED PERIOD OF PERFORMANCE: AUGUST 2, 2010 THROUGH JUNE 1, 2011 PERFORMANCE LOCATION(S): FLAGSTAFF, ARIZONA CLIN 0001: 1 JOB, Cougar Capture-AZ Strip, Services, Non-Personal, to provide all tools, equipment and personnel, management and travel for the snare capture of Mountain Lions on the Arizona Strip, in accordance with the Statement of Work. Note that the USGS will provide the following materials: Drugs and Radio Collars. Statement of Work - Snare-capture of mountain lions on the Arizona Strip Background: The SBSC has undertaken a long-term study of mountain lion ecology and demography on the southern Colorado Plateau and nearby regions. The motivations for this study are: (A) concerns about human safety; (B) concerns about impacts of lion predation on prey populations; (C) concerns about impacts of human facilities and human harvest on mountain lion populations. Objectives of this regional project include: (A) explain habitat use by lions specific to different behaviors; (B) develop robust models of habitat selection applicable to all of the southern Colorado Plateau and nearby regions;(C) explain predatory behaviors of lions; (D) explain spatial and temporal variation in lion vital rates. Lions are captured and fitted with collars which collect 6 highly accurate GPS locations per day, transmitted daily by Argos satellites to provide near real-time data collection. Locations indicating a kill are visited to document lion behaviors. Lions have been studied in the Flagstaff uplands, the south rim of Grand Canyon National Park (NP), Zion NP, Capitol Reef NP, and the Nevada Test Site. The Arizona Strip is a key connection between Zion NP and the south rim of Grand Canyon, encompasses a range of biophysical conditions not covered in other study areas, and is the locus of several important management issues and proposed management actions related to lions. Arizona Game and Fish Department (AGFD) managers are concerned about impacts of lion predation on local bighorn sheep and pronghorn populations. In response, they plan to kill lions. They are also concerned about impacts of disease on bighorn sheep and plan to build water developments to disperse sheep, but with the possibility of attracting sheep to good lion habitat. This work will provide information important to the broader regional lion study as well as local management issues involving lions. Because this work will precede proposed management actions by AGFD, data from captured lions would provide an important picture of "before" conditions, and would complement data collected during and after AGFD's treatments. Goals: 1 - Capture 8 mountain lions on the Arizona Strip between August 2, 2011 and June 1, 2011 (contingent on the weather) a.Capture 2 lions on or near the aibab-Paiute Reservation, 3 in or near bighorn sheep range in the Kanab Creek drainage, and 3 on the top or western flank of the North Kaibab Plateau. 2 - Fit them with GPS/satellite collars, and release them uninjured. Methods: 1 - Use snares to capture 8 mountain lions. Captured lions will be fitted with GPS/satellite collars designed to automatically release within 1 year. Lions weighing <75 lbs will be released because of safety concerns related to collar weight. Snares will be fitted with heavy rubber bungees to reduce shock upon extension, with short leads, in areas with no large obstructions, >300 m from water sources, with ample shade, and with radio transmitters to allow for remote monitoring. 2 - Captures will not occur when ambient maximum temperatures are >95F. Lions will be immobilized with a ketamine/metetomidine mix, with ketamine at a 200 mg/ml concentration. 3 - Captured lions will be weighed, measured along major body dimensions, and aged. 4 - Blood and hair samples will also be collected and stored so as to preserve chemical and biological qualities needed for genetic and blood analyses. All of the above processes will accord with protocols established for the USGS Southern Colorado Plateau Mountain Lion Studies and approved by the Northern Arizona University Institutional Animal Care and Use Committee. Deliverables: 8 mountain lions captured, released uninjured, processed for study-related biophysical information, and fitted with GPS/satellite collars in areas specified by this statement of work. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors - Commercial (Jun 2008). The selected Offeror must submit a completed copy of the provision at 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://orca.bpn.gov. If however, an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of the provision. The following additional FAR Clause is Incorporated by Full Text: 52.212-02, Evaluation - Commercial Items (Jan 1999), Evaluation Factors: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Quotes submitted in response to this combined synopsis / solicitation shall be evaluated and awarded based upon best value to the Government to include technical capability, past performance and price. To be technically acceptable, the contractor's proposal shall include sufficient information to demonstrate the Contractor's ability to meet the required Snare Capturing services of the Mountain Lions on the Arizona strip in relation to the operational specifications and requirements as stated in the Statement of Work included herein: a.Must have the ability to work episodically (Aug 2010 - Jun 2011) contingent of weather conditionsb.Must demonstrate the ability to successfully capture, immobilize, measure and release mountain lions in arid or semi - arid environments, using both snares and houndsc.Must be able to operate autonomously in remote environmentsd.Must demonstrate and have the ability to work with the following immobilization sedative drugs: 1.Ketamine HCL 10ml (200 mg/ml)2.Metetomidine HCL 5ml3.Atipamezole HCL 80ml4.Xylazine (standard dosage per unit mass)5.Telazol (standard dosage per unit mass)6.Butorphanol (standard dosage per unit mass)e.Must demonstrate the ability to work with and have successful collaboration skills with key individuals within the state agency of the Arizona Game and Fish Department f.Must have the ability to reach the snare sites and other capture locations The Offeror shall identify at least three (3) relevant similar projects to this job. For each contract list: a. Contract number and customer point of contact (including a point of contact with telephone numbers/email address)b. Dollar value of the contract (Original and Final)c. Type of service providedd. Required completion date for the contracte. Date the services were actually completed Technical and past performance are Approximately equal to cost or price, when combined. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following additional FAR Clauses are Incorporated by Full Text: 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2009), 52.222-25, Affirmative Action Compliance (Apr 1984), and 52.252-2, Clauses Incorporated by Reference (Feb 1998). The following FAR are incorporated by reference: 52.204-7 Central Contractor Registration APR 2008 52.219-28 Post Award Small Business Program Representation APR 2009 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 Please include the Delivery Proposed Period of Performance if different than above schedule, the company Payment Terms and Federal Tax ID Number. The full text of the above-mentioned FAR clauses may be electronically accessed at http://www.acquisition.gov/far/ or http://www.doi.gov/pam/aindex.html, as per 52.252-2, Clauses Incorporated by Reference. CCR Requirement - All interested Companies must be registered with the Central Contractor Registration (CCR). To register with the CCR, go to the CCR web site at http://www.ccr.gov. POC for this award is Cheryl A. Fitch at 916-278-9331. All questions and concerns shall be submitted in writing to cfitch@usgs.gov. All questions must be submitted NLT July 26, 2010. Quotes can be e-mailed to cfitch@usgs.gov or fax them to 916-278-9339. Quotes will be considered late if not received by July 28, 2010 no later than 4:00pm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10WRQQ0257/listing.html)
 
Place of Performance
Address: Flagstaff, Arizona
Zip Code: 860110001
 
Record
SN02215024-W 20100724/100722235340-1d5435e97a9b68119646b3df99985811 (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.