Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
SOLICITATION NOTICE

F -- Natural and Cultural Resources & GIS Base Services

Notice Date
3/17/2010
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-10-R-0028
 
Response Due
5/1/2010
 
Archive Date
6/30/2010
 
Point of Contact
Dayon Tre Santos, 49 061197442427
 
E-Mail Address
USACE District, Europe
(dayon.t.santos@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-solicitation Notice Natural and Cultural Resources & GIS Base Services W912GB-10-R-0028 The U.S. Army Corps of Engineers Europe District plans to enter into a single Indefinite Delivery Contract (IDC) to perform work for natural and cultural resource surveys and mitigation efforts. A wide range of services are included in this contract, but not limited to 1) Performing natural resource Threatened and Endangered Species (TES) surveys and follow-on monitoring; 2) GIS mapping, database management and database development; 3) preparing of work plans for natural resource or GIS work; 4) performing water, wetlands and biotope inventories/characterization; 5) analyzing of TES compensation measures; 6) cultural resources surveys; 7) developing management plans to include Integrated Natural Resources, Integrated Cultural Resources, Storm Water, Surface Water and Groundwater; 8) training in include development plans, onsite and Web based training and related support; 9) repairing TES habitats; 10) aerial photography and imagery surveys; 11) ground surveys and Global Positioning System (GPS) mapping; 12) brush clearing/tree pruning for TES maintenance; 13) erosion control and sediment studies; 14) characterization of soil/debris from an associated natural resource and GIS projects; and 15) laboratory testing for drinking water, waste water, point source discharges. Both US and Host Nation Laws must be considered in performing this work. The objective is to provide ongoing contractual support to U.S. European Command (EUCOM) natural and cultural resource management and other environmental compliance programs. This should consist of a single award service contract that can perform natural and cultural resource surveys, assessments, evaluation, monitoring, and other related studies/projects ( to include but not necessarily limited to GIS related efforts, TES habitat construction and shrub clearance) the execution of which supports EUCOM environmental missions. To accomplish this, a Service Contract IDC for Natural and Cultural Resource Management and related GIS conservation compliance work should be in place at all times. The resulting contract is needed because of the large number of surveys, assessments and reports required to comply with host nation and US laws. The primary location of services required has been and will continue to be Germany since a majority of EUCOM installations are located in this country. It will also be used to a lesser extent in Italy, Belgium and the Netherlands. However the resulting contract should be broad enough to allow natural and cultural resource assessments and other GIS studies at all EUCOM installations. It is not limited to these areas or to the U.S. Army and may be used wherever the U.S. military is involved in supporting actions in the EUCOM area of responsibility or where the US Army Corps of Engineers is requested to provide support. The project will be advertised as an RFP for a single IDC using firm-fixed price task orders which will identify the scope of work, and location. The maximum overall cumulative value of this contract will be $20M over the 5-year term of the contract. The contract will consist of one (1) base year period and four (4) one-year options, for a total performance period of five (5) years. There will be no limits on the number of task orders awarded/issued in any year; However, the minimum amount per TO issued against this contract shall be $2,500 and the maximum shall not exceed $3M. The majority of the projects are anticipated to be within $50,000 and $300,000. The minimum guarantee shall be $10,000. This amount shall cover the duration of the entire contract (Base year and Option Periods). The Government will post this synopsis, the solicitation, and all subsequent amendments through the Army Single Face to Industry (ASFI) Acquisition Business Web Site to the Government-Wide Point of Entry (GPE) Federal Business Opportunities (FedBizOpps) Web Site http://www.fedbizopps.gov. It is the Offerors sole responsibility to obtain this solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its content and functionality. The solicitation will be issued on or about 01 April 2010 on FedBizOpps. The solicitation will be issued free of charge and available electronically through FedBizOpps. All qualified and responsible offerors may submit a proposal and will be considered for award. Offerors shall determine whether performance requires registration with German and Italian authorities or authorization to do business in Germany, Italy, and other countries and if so, shall comply with all requirements. Offerors must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 or visit website www.ccr.gov for more information. The USACE EUD Contracting Office will be the sole point of contact for this solicitation. The Primary Point of Contacts for this solicitation will be as follows: Primary POC Contract Specialist, Mr. Dayon T. Santos; Email address dayon.t.santos@usace.army.mil; Telephone No - +49 (0) 611 9744-2833. Contracting Officer, Ms. Norma J. Smith; Email address Norma.J.Smith@usace.army.mil; Telephone No - +49 (0) 611 9744-2629. NOTICE TO OFFERORS: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-10-R-0028/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02095771-W 20100319/100317235805-569a9a79c320fe881d47497fe8dac9ca (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.