Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2012 FBO #4025
MODIFICATION

R -- ADAPTIVE MANAGEMENT FRAMEWORK - MIDDLE RIO GRANDE ENDANGERED SPECIES COLLABORATIVE PROGRAM

Notice Date
11/29/2012
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-13-R-0013
 
Response Due
12/11/2012
 
Archive Date
1/25/2013
 
Point of Contact
Karen Irving, Phone: 505-342-3356
 
E-Mail Address
karen.k.irving@usace.army.mil
(karen.k.irving@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For ADAPTIVE MANAGEMENT FRAMEWORK MIDDLE RIO GRANDE ENDANGERED SPECIES COLLABORATIVE PROGRAM This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers (USACE) - Albuquerque District has been tasked to solicit for and award contract to continue to develop, refine, and implement an Adaptive Management (AM) Framework for use throughout the Middle Rio Grande Endangered Species Collaborative Program utilizing Version 1 of the AM Plan as a template. Funding for this Performance Work Statement (PWS) will be provided through the USACE Collaborative Program and USACE project funds. Proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement using quote mark Best Value quote mark trade-off process. The results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women Owned Small Business ( WOSB)/ Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources capable of performing the following: A. Background The Middle Rio Grande Endangered Species Collaborative Program (Program), using U.S. Bureau of Reclamation (USBR) Program funds, executed a contract in FY2011 for the development of an adaptive management (AM) Plan. Version 1 of the AM Plan was delivered to the Program in October 2011 (http://www.mrgesa.com/Default.aspx?tabid=460). The successful offeror will continue to develop, refine, and implement AM throughout the Program using Version 1 of the AM Plan as a template. Adaptive management (AM) is a rigorous approach for designing and implementing management actions affecting the natural and human environments, which intend to maximize learning about critical uncertainties that affect decisions, while simultaneously striving to meet multiple management objectives. It involves synthesizing existing knowledge and identifying critical uncertainties, developing scientific hypotheses related to those critical uncertainties, and exploring alternative management actions to test those hypotheses. These management actions will include explicit predictions of their outcomes including level of risk involved with implementation. Finally, science-based monitoring and research will be conducted to see if the actual outcomes match those predicted, and then these results will be used to learn and adjust future management and policy. B. Work to be Performed. Building on Version 1 of the AM Plan, the contractor will add on to the existing plan by developing the quote mark Priority Projects and Processes quote mark of AM. Tasks would include: a) work with the Program to establish a Policy Group and a science-based Technical Group to work on the AM, b) develop an updated list of critical uncertainties and scientific hypotheses generated by the Program, based on those developed in Version 1 of the AM Plan (including a 2-day workshop to discuss findings with Program members), c) develop a list of the 'top five priority AM actions' that could be pursued by the Program and develop a plan for implementing, monitoring and evaluating those AM actions, d) develop a Strategic Program AM Guide, and e) develop an AM Tracking Tool that documents evaluation criteria in order to document success and develop management decisions. This Tool will be part of the Program's Database Management System (http://mrgescp.dbstephens.com/#Home). These tasks would take place over a 2-year period. Estimated duration of the project is 2 years. Minimum capabilities required include: 1) 5 years minimum experience with 'adaptive management' of ecological resources 2) Key Personnel working on this project should have at least 5 years experience and a Master's Degree (preferred) in the fields of ecological, biological, or environmental science. Key Personnel should have the following expertise: a. Project Management b. AM specialist with professional experience in and applied knowledge of ecological, biological, and environmental processes. c. Experience in southwest river systems and related T&E species. d. Experience managing adaptive management of ecological resource policy and technical meetings with diverse stakeholders 3) At least 3 examples (within the past 5 years) of projects similar to the work and scale to be done on this project. The North American Industry Classification System code for this procurement is 541620 which has a small business size standard of $14,000,000. The Standard Industrial Code is 8742. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 50% of the cost of the contract with their own employees. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about January 4, 2013 and the estimated proposal due date will be on or about February 4, 2013. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Information documenting that the firm meets the minimum capabilities listed above. This information shall include: 2a. Brief description of the similar projects, customer name, timeliness of performance, customer satisfaction, and dollar value of the project 2b. Resumes for the Key Personnel 3. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, WOSB/EDWOSB, 4. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00pm December 11, 2012. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Karen Irving, USACE-SPA, 4101 Jefferson Plaza NE, Albuquerque, NM 87109. FAX No. 505-342-3496. Email address Karen.k.irving@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-13-R-0013/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN02938968-W 20121201/121129234243-19ec39c42f68fb7c6ab894a1d8abe3cf (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.