Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2017 FBO #5840
SOURCES SOUGHT

B -- Eelgrass and Light Monitoring

Notice Date
11/17/2017
 
Notice Type
Sources Sought
 
NAICS
#541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-18-S-0012
 
Archive Date
1/2/2018
 
Point of Contact
Roberto L. Escobedo, Phone: 4155036949, James D. Neal, Phone: 4155036891
 
E-Mail Address
Roberto.L.Escobedo@usace.army.mil, james.neal@usace.army.mil
(Roberto.L.Escobedo@usace.army.mil, james.neal@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is a SOURCES SOUGHT NOTICE for Market Research only; this is not a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this sources sought notice is to determine interested parties, socioeconomic status availability, and capabilities. The Government intends to use responses to this sources sought notice to make an appropriate acquisition decision for this project. The small business size standard for this NAICS Code is 541620 for Environmental Consulting Services. The small business size standard for this NAICS is $15 million, and the Project Service Code is B599 for Other Special Studies & Analyses. The Period of Performance is anticipated for a maximum of 3 years (multi-year) starting approximately June 2018. The estimated price range for this project is approximately $150,000.00 to $350,000.00 per year. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers (USACE), San Francisco District is required to determine the extent of eelgrass/seagrass in and around the federal navigation channels and monitor impacts to this resource during dredging that occurs within the San Francisco Bay and central coast of California before and after each proposed maintenance episode (e.g. Richmond Inner Harbor and Oakland Harbor in the San Francisco Bay and Bodega Bay and Noyo Harbor in the central coast of California). To comply with the Magnuson-Stevens Fishery Conservation and Management Act, the District needs to assess and monitor the effects of dredging on Essential Fish Habitat (EFH). Eelgrass/seagrass are relatively rare in coastal California embayments; however, the habitat provided is considered a significant component of EFH. The data collected from the pre-and post- dredge surveys will be analyzed to determine if there is a significant net loss of eelgrass resulting from the increased turbidity levels induced by the maintenance. A summary report will compare the results of previous eelgrass with the results of the pre-and post-dredge surveys. "Light monitoring" when dredging is adjacent to existing eelgrass/seagrass will also be performed. The Contractor shall provide all personnel, tools, materials, vehicles, supervision, and other items and services necessary provide to conduct the eelgrass surveys. A team composed of biologists (botanists and ecologists included), and mapping technicians with experience in eelgrass surveying is required. Eelgrass/seagrass shall be surveyed within the growing season and prior to the dredging episode and a post dredge survey would be conducted after the project, but outside the dormant season. Dredging each year typically occurs between June and November each year. LOCATION OF SERVICES: San Francisco Bay and the central coast of California SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT NOTICE 1. Point of Contact name, email address, and phone number. 2. CAGE Code and DUNS number if available. 3. In the event that the organization is a small business, state the category of small business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or SDVOSB. 4. Statement of Capability (SOC) - Send a statement demonstrating a. Skills, equipment, and personnel required to perform the specified type of services are available, or can become available if the contract is awarded. b. Recent and relevant experience in identification and mapping within the last three (3) years. Anticipated solicitation issuance date is on or around March 2018. An official synopsis citing the solicitation number will be issued on Federal Business Opportunity( www.fbo.gov ) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. All interested contractors should notify this office in writing by email or mail by 1:00PM Pacific Time on December 18, 2017. Submit response and information via EMAIL to Roberto.L.Escobedo@usace.army.mil or mail to Department of the Army USACE San Francisco District, 1455 Market Street, Suite 1741, San Francisco, CA 94103-1398 RESULT INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought notice, who fail to provide all the required information requested, will not be used to help by the government to make the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-18-S-0012/listing.html)
 
Place of Performance
Address: San Francisco Area of Responsibility, San Francisco, California, 94103, United States
Zip Code: 94103
 
Record
SN04743911-W 20171119/171117230957-a148e710b2ff7909b2f045cc6d36879a (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.