Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOURCES SOUGHT

B -- Sources Sought - SWAN Inventory and Characterization

Notice Date
6/4/2010
 
Notice Type
Sources Sought
 
Contracting Office
ARO - ALASKA Regional Office** 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
N2141L0006Z
 
Response Due
6/21/2010
 
Archive Date
6/4/2011
 
Point of Contact
Jordan W. Gunn Contract Specialist 9076443306 Jordan_Gunn@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT to conduct market research for determinations required by various Federal Acquisition Regulations. If a solicitation is released, it will be synopsized and posted at www.fbo.gov. The determination for this acquisition lies solely with the government based on this market research and the information available to the government from other sources. National Park Service, Alaska Region is conducting this market research to ascertain if there are businesses capable of doing the following work for Southwest Alaska I&M Network (SWAN); 1) Conduct ecological land surveys in SWAN park units that emphasis soil characterization, and filling of data gaps. 2) Analyze soil characteristics and produce a soils map for each of the five parks (one per park) in the SWAN. 3) Prepare a Natural Resource Technical Report (NRTR) for each SWAN park unit (one per park) that documents Methods, Classifications and description of soils and map units, Interpretations, Summary of areal extent of soil landscapes; Soils landscape map, etc. The business shall have all of the following minimum qualifications: 1) The bidder shall have 10 years experience collecting soils, vegetation, and ecological data in Alaska, and performing analysis and synthesis of such data for soils and vegetation inventory mapping projects totaling at least 10 million acres, preferably within Alaska National Parks. Data collection experience includes pedologic, geomorphic, topographic, hydrologic, vegetative characteristics, and use of Viereck et al. (1992) to classify vegetation types. 2) The bidder shall have a PhD in ecology or soil science, or equivalent work experience, and less than 5 years experience using National Cooperative Soil Survey conventions, and Natural Resources Conservation Service Soil Taxonomy Keys. Experience includes sampling and describing permafrost affected soils, characterizing soil stratigraphy, applying current National Cooperative Soil Survey conventions for describing and sampling soils, and using current Natural Resources Conservation Service (NRCS) Keys to Soil Taxonomy to classify soils. 3) The bidder has 5 years experience performing multivariate statistical analysis, ecological model development, database development, and GIS/Remote Sensing to characterize soils at park-level scales (millions of acres). 4) The bidder has 3-5 years experience authoring professional reports in standard National Park Service Natural Resource Technical Report (NRTR) format, and experience preparing soft/hard copy tabular and GIS/Remote Sensing deliverables. 5) The bidder has 5-10 years field logistics coordination experience specific to Alaska, and field operations using fixed and rotor winged aircraft, and marine vessels, preferably within National Parks. This work will be at five (5) parks in the SOUTHWEST ALASKA NETWORK (SWAN), AK to be started on or about 22 July 2010. The period of performance is estimated to be approximately 3 years. All interested businesses are encouraged to respond to this announcement no later than June 21, 2010, 4:30 PM AST, by registering as an interest vendor and submitting all requested documentation listed below to: National Park Service, Alaska Region, ATTN: via email, jordan_gunn@nps.gov. Interested parties should submit a capabilities package demonstrating the ability to perform work listed above. Packages should include the following information: (1) Business name, address, DUNS number and business size, (2) a positive statement of your intention to submit an offer for this requirement, and (3) demonstration of the firm's experience within the past five years, by listing the actual projects completed, customer's contact name and phone number for a customer knowledgeable of the work completed. Packages should be no more than 8 pages long. Responsible sources having relevant experience and the capabilities to perform the work will be considered. The applicable North American Industry Classification System (NAICS) code is 541620, Environmental Consulting Services with a small business size standard of $7.0 Million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2141L0006Z/listing.html)
 
Place of Performance
Address: Five (5) parks in the Southwest Alaska I&M Network (SWAN): Katmai National Park and Preserve (KATM), Alagnak Wild River (ALAG), Aniakchak National Monument and Preserve (ANIA), Lake Clark National Park (LACL), and Kenai Fjords National Park (KEFJ).
Zip Code: 99501
 
Record
SN02168380-W 20100606/100604234444-9866cf3bbe95ea659ba24fed27ac8c94 (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.