Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
SOLICITATION NOTICE

F -- RECOVERY--F--- ID/IQ FOR ECOREGIONAL ASSESSMENT

Notice Date
11/23/2009
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
BLM OC-NOC SVC & SUPPLY SEC(OC663)DENVER FEDERAL CENTERBLDG. 50POB 25047DENVERCO80225US
 
ZIP Code
00000
 
Solicitation Number
L10PS01658
 
Response Due
12/1/2009
 
Archive Date
12/31/2009
 
Point of Contact
Flanagan, Cheryl T 303-236-3534, cheryl_flanagan@blm.gov
 
E-Mail Address
Flanagan, Cheryl T
(cheryl_flanagan@blm.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis RECOVERY - Rapid Ecoregional Assessment Support Services - Indefinite-Delivery-Indefinite-Quantity (IDIQ) Multiple Contracts Classification Code: F - National Resources & Conservation NAICS Code: 541620 - Environmental Consulting Services The intent of this sources sought synopsis is to identify sources capable of performing rapid ecoregional assessment services on land managed by the Bureau of Land Management (BLM). This is not a request for proposals. The Department of the Interior, BLM, Division of Resource Services, intends to contract for services to conduct rapid ecoregional assessments on a significant portion of the Western United States and Alaska over the next several years. The BLM intends to award multiple IDIQ contracts these assessments services. Individual assessments will be contracted for as task orders and competed with the firms who have basic IDIQ contracts with the BLM for these services. Each assessment will be completed in less than 18 months. Each assessment will be firm-fixed-price. At a minimum, these assessments issued as task orders will provide information and analysis necessary to determine the status of three categories of conservation values [1) native species, 2) terrestrial ecosystems, and 3) aquatic ecosystems] and the affect of four change agents [1) climate change, 2) wildland fire, 3) invasive species, and 4) development in the form of renewable energy, conventional energy, and urbanization] upon these conservation values. These assessments will inform the BLMs landscape-scale conservation, restoration, adaptation, development, and mitigation strategies. These assessments will also provide a venue to facilitate cross-jurisdictional collaboration and partnerships. Rapid ecoregional services to be acquired by the issuance of competitive task orders under the multiple IDIQ contracts will include such items as 1) assessment of resource status, and quantification of risk from current and potential exposure to change agents; 2) collection and compilation of existing data; 3) geospatial analysis, modeling, and data management; 4) report preparation and meeting facilitation; and 5) stakeholder and cooperator engagement. Some task orders may be supported using funds from the American Recovery and Reinvestment Act of 2009 (ARRA or stimulus funds). The IDIQ contracts will include the required ARRA clauses. The period of performance effort for the IDIQ contracts is one year with four option years from the data of contract award. It is estimated that each IDIQ contract will have a minimum total order amount of $5,000 and a maximum total order amount of $10 Million. The NAICS code is 541620, Environmental Consulting Services, with a size standard of $7 million. It is essential that any prospective awardees be responsible and responsive in performing these services. Interested sources that think they possess the capabilities to perform these support services should submit electronically a Statement of Capability of not more than five pages to the point of contact detailed below. Any proprietary information should be identified and marked. This Statement of Capability shall include:1) the firms name and address, DUNS number, business size, and the names to two principals who may be contacted with title, phone number, and email address,2) ability of the firm to meet the described requirements,3) experience of the firm in providing similar services, 4) management capabilities of the firm, 5) similar Government contracts under which the firm performed, 6) other similar contracts under which the firm performed, 7) professionals on-staff with or retained by the firm with a statement of each persons with relevant qualifications, education, and experience, and 8) any other information pertinent to supporting the firms ability to perform the described services. This statement is for market research purposes only and should be not viewed as a proposal. Statements of Capability may be sent electronically to Cheryl Flanagan, Contracting Officer, at Cheryl_Flanagan@blm.gov on or before December 1, 2009 at 5 p.m. mountain time. Submissions in any other manner or that exceed five pages will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L10PS01658/listing.html)
 
Record
SN02009590-W 20091125/091123235547-7f4cf1a0f7ea00a649fd415281bf5ac0 (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  © 1994-2020, Loren Data Corp.