SOLICITATION NOTICE
F -- LLA - HMU Wildlife Services
- Notice Date
- 1/10/2020 1:55:43 PM
- Notice Type
- Presolicitation
- NAICS
- 712190
— Nature Parks and Other Similar Institutions
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362 USA
- ZIP Code
- 99362
- Solicitation Number
- W912EF20Q0007
- Response Due
- 2/14/2020 10:00:00 AM
- Archive Date
- 02/29/2020
- Point of Contact
- Andrew J. Sprys, Phone: 5095277232
- E-Mail Address
-
andrew.j.sprys@usace.army.mil
(andrew.j.sprys@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This pertains to the Habitat Management Unit Wildlife Services for the U.S. Army Corps of Engineers, Walla Walla District at Clarkston, WA. This will be a firm-fixed-price service contract. �The North American Industry Classification System (NAICS) code for this project is 712190 and the associated small business size standard is $8,000,000.00. The solicitation will be Total Small Business Set Aside in accordance with the Performance Work Statement. The awarded contractor shall provide personnel, materials, supplies, equipment, transportation, supervision and other items and services for the following: Under the Lower Snake River Fish and Wildlife Compensation Plan (Comp Plan), U.S. Army Corps of Engineers (Corps) managed federal lands on the lower Snake River, along with other lands purchased and leased in adjacent areas of southeast Washington would be developed and managed for terrestrial wildlife habitat [habitat management units (HMU)]. Presently, the Corps manages 84 HMUs encompassing over 50,000 acres (ac) from Lake Wallula on the lower Columbia River through the Snake River/Clearwater River confluence in Lewiston, ID. Management of HMUs is split between the Clarkston, Washington, and Tri-Rivers, Burbank, Washington, Natural Resources Management (NRM) teams. The Clarkston NRM team is responsible for HMUs upriver from and including Lyon�s Ferry on the west bank of the Palouse River. The Tri-Rivers NRM team manages HMUs downriver of Lyon�s Ferry including those on the lower Columbia River in Lake Wallula. The geographic range of items under this Statement of Work encompasses approximately 100 river miles and 18,000 acres of land managed by the Corps Clarkston NRM team. Work shall include, but is not limited to the following. Planting and irrigating wildlife food plots Establishing and maintaining shrub and tree plots Removing invasive tree species such as Tree-of-Heaven and Russian olive Removing invasive Himalayan blackberry and false Indigo shrubs Installing new information kiosks Placement of boulders for parking areas and trail boundaries Removal of waterfowl hunting blinds Fence repair/maintenance Cleaning vault toilets Removing and disposing of litter Erecting and maintaining goose nesting tubs, brush pile structures, and gallinaceous guzzlers Chemical and biological control of invasive and noxious weeds Use of Geographical Information Systems to document weed and pest control activities Operation and maintenance of irrigation systems Custom mowing/swathing and agricultural bailing There are two broad categories of HMUs; 1) intensively managed, and 2) maintained. There are 9 intensively managed HMUs with active irrigation systems, maintained tree and shrub plots, and irrigated pastures. Three (3) of these HMUs are in Idaho while the remaining 6 are in Washington. Managed HMUs comprise remote shoreline corridors and large, rugged, upland tracts. Where accessible, gallinaceous guzzlers and brush piles are installed in managed HMUs, as well as tree and shrub plantings in appropriate locations. Noxious weed control is a priority among all HMUs. The Offeror should be aware that a number of HMUs (nearly 20) are accessible only by boat to include the 2 largest intensively managed HMUs.� This would mean that the heavy equipment needed to accomplish all listed work items, except for numbers 6 and 9, would need to be transported with no available road access. Some Government-Furnished-Property will be available to the Contractor. The Contractor must provide personnel, materials, supplies, parts, tools, equipment, vehicles, vessels, GPS/GIS software/hardware and other items and services necessary to monitor, operate, maintain, and treat public facilities and lands. This includes public-use facilities, operational facilities and equipment as defined in this PWS on lands and waters of the Snake, Clearwater, Palouse, and Tucannon Rivers within Lake Granite, Lake Bryan, and the upper portion of Lake West (upstream of the Joso Bridge). This synopsis is not a request for quotes or proposals. This is a pre-solicitation notice that a solicitation has been scheduled to be released via beta.SAM.gov (https://beta.sam.gov/) soon detailing requirements for HMU Wildlife Services. This information is for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. Conducting business with the Government: In order for contractors to conduct business with the Department of Defense, the Contractor must provide registration information to the System for Award Management (SAM). All offerors must be registered prior to receiving an award. Registration instructions may be obtained, and online registration may be accomplished at www.sam.gov. By submission of a quote, the Contractor acknowledges the requirement to be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from the solicitation. When available, the solicitation documents for this requirement will be accessible via Federal Business Opportunities at www.fbo.gov. No CD's or hard copies will be available. Offerors are responsible for any loss of internet connectivity or for an Offeror's inability to access the documents posted at the referenced website. Prospective offerors are responsible for checking for any update(s) to the Notice. To obtain automatic notifications of updates to this solicitation, you must log in to www.fbo.gov and add the solicitation to your quote watch list.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d39980a6e3f042bf961937affb32c3da/view)
- Place of Performance
- Address: WA 99403, USA
- Zip Code: 99403
- Country: USA
- Zip Code: 99403
- Record
- SN05531739-F 20200112/200110230127 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |