SOLICITATION NOTICE
F -- Vegetation Monitoring
- Notice Date
- 9/3/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
- ZIP Code
- 00000
- Solicitation Number
- F15PS01210
- Response Due
- 9/17/2015
- Archive Date
- 10/2/2015
- Point of Contact
- Gordon, Joshua
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference solicitation number is F15PS01210 and is issued as a Request for Quote (RFQ). The U.S. Fish and Wildlife Service has a requirement for services to assess post-fire stabilization treatments on Hanford Reach National Monument. The selected contractor must be familiar with the vegetation types of the Hanford Reach National Monument in the Columbia Basin of Eastern Washington State. Successful contractor must possess prior demonstrated work experience in conducting vegetation surveys or inventories within the Pasco basin area. Documented experience in vegetation inventories and monitoring work on the Hanford site or Hanford Reach National Monument is preferred. Skills quantifying vegetation, soils, interpreting/communicating results, interpreting site conditions, and making potential management recommendations are desired. Documented knowledge of current inventory methodologies, plant community associations, past fire occurrences and their impacts to shrub-steppe vegetation is also desired. See Statement of Work for full description of project. This solicitation is set-aside for small business. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690, Other Scientific and Technical Consulting Services. The size standard is $15 M. The Universal Product Code for this procurement is F999. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. SUBMISSION REQUIREMENTS: The response should contain a quote for the work listed in the Statement of Work, resumes of qualified individuals, and past performance/experience information. Any firm that believes it is capable of meeting the USFWS requirements may submit a response no later than 9/17/2015, 1700 PS to be considered. Responses to this posting must be submitted via e-mail only to josh_gordon@fws.gov and contain RFQ F15PS01210 in the subject line of the email. Offerors must be registered at http://www.sam.gov to be eligible for award. Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP) at https://www.ipp.gov. PERIOD OF PERFORMANCE: September, 2015 through September 30, 2018 CLIN 010: Vegetation Monitoring $________________ STATEMENT OF WORK Monitoring Ecological Stabilization Treatments Saddle Lakes Fire 1.GENERAL: 1.1The U.S. Fish and Wildlife Service, Mid-Columbia River National Wildlife Refuge Complex, 64 Maple St., Burbank, WA 99323, has a requirement to conduct an effective monitoring program to assess the short term success of ecological stabilization efforts and abatement of erosion processes due to wildfire impacts. 1.2On June 28, 2015, a wildfire (the Saddle Lakes Fire) burned approximately 14,357 acres of shrub steppe and riparian habitats within the Hanford Reach National Monument. As part of a burned area ecological stabilization plan, approximately 4,000 acres will be treated to control erosion and to maintain critical natural resources. 1.3Monitoring of treatment effectiveness and reporting is required to assess the success of treatments for meeting the objectives of the ecological stabilization measures. 2.DEFINITIONS: 2.1Hanford Reach, Hanford Reach National Monument, Grant County WA. The refuge lies within the Pasco basin, characterized by sandy soils and shrub-steppe habitats, and is influenced by wind driven erosional processes. 2.2Columbia Plateau Ecoregion: that area of land and associated plant communities that lies in and around the Columbia/Snake/Yakima River basins of Washington, Oregon, and Idaho, as defined by the US Environmental Protection Agency (Level Ill Ecoregions of the Continental United States) 2.3 USFWS: U.S. Fish and Wildlife Service, Mid-Columbia River National Wildlife Refuge Complex. The Hanford Reach National Monument is a refuge/monument within this complex. 2.4GPS: Global Positioning System, used to determine locations of features on the landscape using satellite positioning. 2.5GIS: Geographic Information System uses data on spatial information to display and create, store and display data related to landscape features. GIS is used to create maps, data files, and navigational files, to conduct analysis and to record spatial data for later retrieval. 3.SCOPE: 3.1The selected contractor will provide the USFWS a science based monitoring and assessment of post fire emergency stabilization treatments conducted on the Saddle Lakes Fire burned area 3.2The contractor shall assess the emergence and establishment of native perennial species by seeding using a rangeland drill within the project area. The contractor shall also assess soil movement, deposition and accretion within the project area. 3.3The contractor shall establish sampling plots in areas representing the range of major plant community types and important environmental variables (topographic variations, soil types, etc.) within the seeded areas. Where available and desirable, existing plots will be utilized. In areas lacking sufficient numbers of existing plots, new plots will be established to ensure adequate coverage. 3.4Random plot sampling will be established to assess seedling emergence and survival of seeded species. Sampling during spring 2016 will estimate seedling density/ m2 and initial establishment. Sampling in spring 2017 and 2018, will estimate, first and second year establishment and survival. Data analysis will compare results to specified seeding densities. Herbivory, surface erosion, and other factors possibly influencing establishment will be documented when observed. The USFWS requires a measurement of density of seeded species. Desired seeded plant composition would be 2-3 seeded plant seedlings established per square meter. 3.5Monitoring data will be integrated with The Jomada Assessment, Inventory and Monitoring (AIM) database, so that post-fire treatment monitoring can be compared with similar efforts in other sites around the western United States. USFWS also requires that the contractor select an interface from the Database for Inventory, Monitoring and Assessment (DIMA). DIMA also has interface for wind erosion information. The USFWS requires a measurement of density of seeded species. Familiarity with AIM and DIMA are preferred for selected contractor. 3.6Monitoring plots/transects will include stake/pins set in transects to measure amount of soil either deposited or eroded within seeded area. 3.7All monitoring points will be set and marked by GPS, and will be recorded with spatial data, shape files, and metadata for relocation in the field and use in GTS system. GPS information and data layers will be provided to USFWS. Copies of all photographs taken will also be supplied to the USFWS. 3.8The contractor will also establish control plots outside of the seeded area for comparison of seeded and unseeded zones within the burned area. 4.PLACE/DELIVERY AND PERIOD OF PERFORMANCE: 4.1The contractor should contact USFWS prior to commencement of work to verify methodology and details regarding access to the site. 4.2The Contractor shall provide the USFWS with a final report that summarizes project findings and documents sampling methodologies, techniques, and areas sampled. All pertinent field data, GIS information, and photographic images generated as a part of this project will be provided as well. Information collected through this contract is proprietary information of the USFWS. Reports and communications will be delivered to Mid-Columbia River National Wildlife Refuge Complex, Burbank, WA. 4.3The approximate expected monitoring period will be periodic in spring of 2016, 2017 through June 2018. Project is expected to be completed by September 30, 2018. 4.4 Implementation schedule is as follows: Develop monitoring protocol: September 2015 through December 2015. Field work: Timed during April through June 2016. Data management: July -August, 2016. Progress Report: October 2016. Field work: Timed during April through June 2017. Data management: July -August, 2017. Progress Report: October 2017. Field work: Timed during April through June 2018. Data management: July -August, 2018 Report writing: August-September 2018. Final Report: September 2018. 5.INSPECTION AND ACCEPTANCE: 5.1The selected contractor must be familiar with the vegetation types of the Hanford Reach National Monument in the Columbia Basin of Eastern Washington State. Successful contractor must possess prior demonstrated work experience in conducting vegetation surveys or inventories within the Pasco basin area. Documented experience in vegetation inventories and monitoring work on the Hanford site or Hanford Reach National Monument is preferred. Skills quantifying vegetation, soils, interpreting/communicating results, interpreting site conditions, and making potential management recommendations are desired. Documented knowledge of current inventory methodologies, plant community associations, past fire occurrences and their impacts to shrub-steppe vegetation is also desired. 5.2Evaluation and acceptance will be determined by the Technical Coordinator(s) and/or other trained USFWS personnel. 6.GOVERNMENT FURNISHED EQUIPMENT OR MATERIALS/INFORMATION: 6.1USFWS will supply maps, OPS-location files and/or GPS-led guidance related to the treatment area, and on-site review as needed (based on USFWS personnel availability). 6.2 Coordination and communication with USFWS personnel, other contractors, and outside interested parties as needed. The Contractor shall coordinate with USFWS staff to determine what other operations are scheduled to occur and work in coordination with other management activities on Monument lands. 7.AVAILABILITY: 7.1The project area lies within Grant County in eastern Washington. It is common to have rain showers and/or high-wind events during the project period. 7.2The project area is closed to the public. Contractor will be responsible for securing their equipment, field markers and supplies. 7.3Normal duty hours Monday thru Friday 7:30 a.m. - 4:30 p.m. In the event of emergencies, the contractor shall provide contact information. 7.4 Non-duty hours include week nights, weekends, and Government holidays (New Year ¿s Day, Memorial Day, President's day, Fourth of July, Labor Day, Thanksgiving, Columbus Day, Christmas). 8.TECHNICAL COORDINATORS: Heidi Newsome (Wildlife Biologist) USFWS, Mid-Columbia River NWR Complex 64 Maple Street Burbank, WA 99323 Phone: (509) 546-8322 Fax: (509) 546-8303 Any firm that believes it is capable of meeting the USFWS requirements may submit a response no later than 9/17/2015, 1700 PS to be considered. Responses to this posting must be submitted via e-mail only to josh_gordon@fws.gov and contain RFQ F15PS01210 in the subject line of the email. Offerors must be registered at http://www.sam.gov to be eligible for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F15PS01210/listing.html)
- Record
- SN03870198-W 20150905/150903235647-be4d8ecf9574f0bdb0e05be02c981f37 (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 |