SOURCES SOUGHT
F -- Population Monitoring On Northern Long-Eared Bat
- Notice Date
- 4/9/2015
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD-15-T-0159
- Response Due
- 4/14/2015
- Archive Date
- 6/8/2015
- Point of Contact
- Juliana Helson-Monastro, 845-938-8173
- E-Mail Address
-
MICC - West Point
(juliana.helson-monastro.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this sources sought synopsis is to identify capable, qualified small businesses to provide Population Monitoring for West Point, NY. Potential qualified sources shall meet size classification standards under NAICS code 541990. Interested offerors shall demonstrate, in a qualifications statement, that it can provide: 1.Project Name and Location. Northern Long-Eared Bat Population Monitoring on West Point Military Reservation, New York. 2.Objective. To monitor and assess the status of the Northern Long-Eared Bat on the West Point Military Reservation using a variety of detection methods summer foraging. 3.Study Area. The study area consists of a number of abandoned mines and upland habitat on the West Point Military Reservation, hereafter referred to as quote mark The Survey Site quote mark. 4.General Contractor Requirements. The Contractor shall furnish all labor, materials, and supplies necessary to complete the requirements detailed in the Scope of Work (SOW) within the schedule provided in Section 6.0 (Schedule for Completion). All costs incurred in the completion of this SOW will be borne by the Contractor. The government will only furnish those items specifically listed in Section 7.0 (Materials to be Furnished by the Government). The Contractor shall possess a current Endangered Species Permit from the Special License Unit of the New York State Department of Environmental Conservation as well as any relevant Federal license for potentially encountering and handling the federally endangered Indiana Bat (Myotis sodalis) and a candidate for the endangered species list, the Northern Long-Eared Bat. 4.1.Government Property. All documents, maps, photographs (film and digital), graphics, and the like developed by the Contractor while completing the requirements of this SOW are government property and will be delivered to the installation point-of-contact (POC) upon completion of this project. 4.2.Data Security. The Contractor shall not release any data, reports or materials collected and/or developed during this project without the expressed written consent of the installation POC or his designated representative. 4.3.Reports. The Contractor shall submit a monthly status report to the installation POC, which will include a list of fieldwork completed (including dates and times of survey) and deliverables furnished to the government. The Contractor shall submit a Draft Report of Findings no later than 1May 2016. The Contractor shall submit a Final Report of Findings incorporating changes required by the POC no later than 30 July 2016. 4.4.Deliverables. 4.4.1.Hardcopies of data sheets 4.4.2.Draft Report (Digital) 4.4.3.Final Report (Digital and one bound Hardcopy) 4.4.4.Maps. Maps showing locations of all sampling sites, as described in Section 5. 5.Detailed Requirements. 5.1.Briefing Meeting. The Contractor shall meet with the installation POC within one week of the contract award and prior to the start of field work in order to receive a base map of the survey area, select specific trapping locations, schedule survey times/dates, review past Northern Long-Eared Bat sightings, and review security procedures. 5.2.Field Surveys. The Contractor shall conduct Northern Long-Eared Bat surveys in accordance with the Federal Protocol using mist-netting in the summer to determine if the species is present at the Survey Site. All sites will be near range roads, accessible by 4-wheel drive vehicles. Mist netting will be conducted for a total of 88 trap nights (22 sites x 2sets x 2 nights), starting half an hour before sunset and continuing for five hours occurring during the optimal season, generally between 15 May and 15 August. The exact dates for each survey shall be at the Contractor's discretion based on local weather conditions. Trapping nights must be of optimal conditions for bat activity (i.e. rain and wind free). Acoustical bat monitoring equipment will be deployed at each site while net sampling to passively collect bat calls for a total of 44 sampling nights, resulting in a minimum of 242 hours (22 sites x 2 nights x 5.5 hour periods) of acoustical sampling. 5.2.1.Methodology. All species captured shall be examined and documented. For each bat captured, the Contractor shall the record the following information before release: species of individual, sex of the individual; capture site; time individual was captured; forearm length (in millimeters); weight (in grams); band number (if banded); and air temperature (in F). Any unbanded specimens found shall be permanently identified with a NYS DEC band. Physical data on each individual shall be taken as described. All Northern Long-Eared and Indiana Bats captured will be photographed such that species ID may be verified using distinguishing anatomical features. All bats captured shall be released at their capture locations. All acoustical files will be identified to species (if possible) and reported by time, date, and location of recording. 5.3. Written Report. The Contractor shall provide results and discussion of the survey findings in a written report. Report shall be in scientific format, to include an abstract, introduction, methods and materials, results, discussion and conclusions, management suggestions, and any references cited. Observation data and maps showing observation locations and physical data collected on each bat captured, and photos of the sampling site, etc will be included in the report. The final report will be submitted digitally as a single MS Word or Adobe Acrobat file containing the body of the document and all relevant data, maps, and appendices. 5.4.Personnel. All personnel working on the installation must be U.S. citizens. The Contractor shall coordinate with the installation POC to obtain permission to access The Survey Site. All personnel will be familiar with and strictly adhere to bio-safety protocols for handling bats and bat sampling equipment, and all persons handling bats will be inoculated against rabies. The contractor will be NYS and Federally permitted to handle all potentially encountered bat species, and will ensure all contract personnel meet the requirements of such permits. Personnel shall strictly adhere to installation training area safety and use policies, and shall receive a training presentation on identifying and avoiding unexploded ordnance. 5.5.Reports. Following the conclusion of all field work on The Survey Site, the Contractor shall prepare a report documenting the findings and the survey results, as described in Section 5.3. 5.5.1.Draft Report. The Contractor shall prepare and forward the Draft Report within 30 calendar days following the conclusion of field data collection activities. One copy of the Draft Report shall be submitted to the installation POC. 5.5.2.Government Review. Following receipt of the Draft Report, the government will have 30 calendar days to view the Draft Report and provide written comments to the Contractor. 5.5.3.Final Report. Upon receipt of the government comments, the Contractor shall prepare a Final Report, incorporating those changes indicated by those comments. The Final Report shall be submitted by the Contractor within 30 calendar days following receipt of the government comments. 5.6.ADDENDA FAR 52.212-1. In addition to the information required at FAR 52.212-1, Instruction to Offerors - Commercial Items, the Contractor shall submit a copy of required all Endangered Species Permits to the Installation POC. 6.Timelines/ Requirements 6.1. Timeline for Completion of Tasks 1. Within One week of award: Meeting with Installation POC. 2. 15 May 2015 to 15 August 2015 Sampling 3. 14 September 2015: draft report due at Installation POC. 4. 13 October 2015: comments from Installation POC due back to Contractor. 5. 12 November 2015: Final Report due at Installation POC. 7.Materials to be Furnished by the Government. The following will be furnished to the Contractor by the Installation POC as specified below: a.Access to all previous USAG West Point bat survey data. b.Access to West Point GIS Data files. c.A letter granting access. d.Assistance with establishing survey locations. This is a sources sought announcement and not a request for technical or cost proposals. An award will not be made on the basis of this notice, and there will be no reimbursement of costs incurred by potential offerors responsing to this notice. A solicitation does not exist to be provided. Submit your response via e-mail to juliana.helsonmonastro@us.army.mil with the W911SD15T0159 in the e-mail subject line. Responses shall not exceed five (5) pages.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/91a0ede51ecde1cfb9e62c68f837616a)
- Place of Performance
- Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
- Zip Code: 10996-1514
- Zip Code: 10996-1514
- Record
- SN03694898-W 20150411/150409235144-91a0ede51ecde1cfb9e62c68f837616a (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 |