Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
MODIFICATION

B -- Bat Surveys for Mine Closures on Bureau of Land Management Lands

Notice Date
5/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-10-R-0022
 
Response Due
6/15/2010 11:59:00 PM
 
Archive Date
8/14/2010
 
Point of Contact
Diane Watkins, Phone: 213-452-3251
 
E-Mail Address
diane.l.watkins@usace.army.mil
(diane.l.watkins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Contractor shall perform external bat surveys and internal bat surveys (as deemed necessary by the contractor) at 350 mine hazards. Sites are located within the boundaries of White Pine County, Nevada; Lincoln County, Nevada; and in the Carson City, Nevada area. These surveys shall be conducted in accordance with current professional standards for these surveys and within the requirements of the State of Nevada Division of Wildlife as they pertain to bat handling or collecting. Due to the physical hazards and cultural significance of some of these sites, specific locations are not provided in this Scope of Work but are available upon request. Mine sites are located on the following topographic quad sheets: Minerva Canyon, Badger Hole Spring, Ward Charcoal Ovens, Hogum, Comins Lake, Sacramento Pass, Windy Peak, South Bastian Springs, Ruth, Riepetown, East Ely, Duck Creek Valley, Lusetti Canyon, McGill, Kalamzoo Summit, Egon Canyon, Ward Mountain, Yerrington, Yerrington NE, Churchill Butte, Silver Springs South, Fourmile Canyon, Frenchman, Fourmile Flat, Parker Butte, Wabuska, Wadsworth, Olinghouse, and Pah Rah Mountain. The Contractor shall provide technical consultation services on the significance of habitat and closure recommendations. The Period of Performance will be twenty-four (24) months from date of award. The estimated cost range is $200,000 - $300,000.00. The award will be based on best value method of Lowest Price Technically Acceptable (LPTA). Eligible small businesses interested in participating are required to submit a technical and price proposal for evaluation by the Government. All offeror's are advised that this project may be delayed, canceled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. The solicitation will be available on or about 13 May 2010. Plans and specifications will not be provided in paper copy. The solicitation, amendments and planholder's list for this solicitation will be posted on www.fbo.gov Viewing/downloading documents from www.fbo.gov will require prior registration in Central Contractor Registration (www.ccr.gov). Please note that all firms who want to access to the solicitation, primes and subcontractors, must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. It is the responsibility of the contractor to check www.fbo.gov website frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for offerors inability to access the documents posted at the referenced website. No CDs or paper copies will be made available. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-10-R-0022/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02149760-W 20100516/100514234614-35aeb9beb7556bb21817a9567162684d (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.