SOURCES SOUGHT
A -- Sources Sought for Remediation and Habitat Restoration
- Notice Date
- 10/24/2018
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
- ZIP Code
- 00000
- Solicitation Number
- 140G0219Q0003
- Response Due
- 11/8/2018
- Archive Date
- 11/23/2018
- Point of Contact
- Wilson, Mary
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Department of Interior, US Geological Survey (USGS) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the potential need for the following: Contractor shall develop an integrated conceptual framework for remedy and restoration effectiveness assessment. This framework should be flexible enough to cover the range of Beneficial Use Impairments (BUIs) and Areas of Concern (AOCs) observed across the Great Lakes sites. This work will provide field work, technical support, and guidance regarding remedy and restoration effectiveness. The first objective will focus on providing data summaries, analysis, and reporting regarding multi-year studies of contaminant exposure for the Ottawa River (part of the Maumee River AOC) and summarizing survey results from prior sediment, water, and biota associated with the St. Louis River AOC (to be determined). The second objective is the design a remedy and restoration effectiveness assessment at a specific AOC. This will involve extensive mining of existing monitoring and site characterization data in concert with modeling (e.g., bioaccumulation, fate and transport, plant succession, populations) to establish predictions that the remedy or habitat restoration will have on BUIs. Information regarding the biological, chemical, and physical metrics needed to assess remedy and restoration effectiveness are necessary to advance the removal of BUIs and delisting of AOCs. Contractor shall develop a conceptual framework for remedy effectiveness and habitat restoration assessments, and to apply these to assessments to inform decisions regarding BUI removal at Great Lakes AOCs. This will involve: 1)Data mining and cross-referencing of currently available information from AOC(s) 2)Model development for specific beneficial use impairments with a focus on remedy and restoration effectiveness assessment 3)Provision of site-specific recommendations based on modeling outputs. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541715. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential ability to meet this requirement, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCE SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 12:00 PM CST on November 08, 2018. All responses under this Sources Sought Notice must be emailed to bwilson@usgs.gov. If you have any questions concerning this opportunity, please contact: bwilson@usgs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0219Q0003/listing.html)
- Record
- SN05133674-W 20181026/181024230733-04b3683e8d3b8aa95f11aaedd8ba78d2 (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 |