Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2010 FBO #3254
MODIFICATION

R -- Natural Resource Investigations in the Upper Mississippi River Basin, Mississippi Valley Division (MVD),and the Chicago District (LRC) of the Great Lakes Division.

Notice Date
10/20/2010
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
USACE District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-11-R-0001
 
Response Due
11/3/2010
 
Archive Date
1/2/2011
 
Point of Contact
Steven R. Jessen, Phone: 3097945259
 
E-Mail Address
steven.jessen@us.army.mil
(steven.jessen@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Presolicitation notice and no response is required. The U.S. Army Corps of Engineers intends to solicit for services to be performed under a fixed-price indefinite delivery-indefinite quantity (IDIQ) contract may include, but not be limited to: species surveys and environmental resource inventories; habitat evaluation/assessment methodologies; environmental restoration and habitat improvement; wetland delineation; data collection including literature searches; preparation of mitigation plans; technical reports; draft text for environmental assessments or environmental impact statements; laboratory and genetic analyses; computerized data base creation and management; vegetation identification and mapping; biological assessments for endangered species; scientific training (e.g., vegetation or mussel identification, wetland delineator certification); habitat improvement /restoration plans and designs; recreation studies/surveys; biological diving surveys; provision of biological expertise in specified subject areas; and, GIS mapping. This indefinite delivery-indefinite quantity contract is to assist the Rock Island District of the U.S. Army Corps of Engineers (Corps) in its ongoing program of natural resource investigations. This announcement may result in multiple awards and is open to all businesses (unrestricted) regardless of size. If concurrent multiple contract awards are made, task orders will be allocated based upon the Contracting Officer's determination of the special qualifications of the firms; the nature of the work involved in the task order; and the immediacy of the work and availability of the firm. Distribution of the work will be a secondary consideration. In the final selection process, the most highly qualified firms may be interviewed. Final products will be high quality technical reports on the results of the work delivered to the US ARMY Corps of Engineers. The contract period will be for one (1) base period with the Government having the option to renew for four (4) additional option periods. Work and services under this contract shall be assigned by work orders duly issued by the Contracting Officer. The offeror must demonstrate expertise across a broad range of biological resource management areas including: Species surveys and environmental resource inventories, habitat evaluation/assessment methodologies, environmental restoration and habitat improvement, and wetland delineation with particular emphasis upon the Upper Mississippi River Basin, which includes the Rock Island, St. Louis, and St. Paul Districts, and could potentially occur within the Memphis, Vicksburg, and New Orleans Districts in the Mississippi Valley Division (MVD), and the Chicago District (LRC) in the Great Lakes Division. However, individual task orders may be for work within the Continental United States (CONUS). The Government intends to evaluate proposals and award a contract without discussions with offerers. Therefore, each initial offer should contain the offerer's best terms from a cost or price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Multiple awards may be made under this solicitation. The total cost of all work orders per contract period shall not exceed $500,000; $300,000 maximum per work order. Minimum guaranteed annual amount shall be $20,000 for the initial period; $10,000 in any option period should options be exercised by the government. The Government will evaluate the proposals in accordance with the criteria described in the solicitation and may make multiple awards to the responsive responsible offerors. Selection will be based on the following criteria, with technical factors being more important than price. Factors 1-5 are listed in descending order of importance (1) Personnel Qualifications, (2) Regional Expertise, (3) Organizational Capability, (4) Schedule of Rates, and (5) Past Performance. These evaluation factors are subject to change. Any changes to evaluation factors will be shown in the solicitation. The solicitation will include a detailed list of evaluation factors, including any subfactors or elements, and will provide instructions for proposal requirements and the basis for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-11-R-0001/listing.html)
 
Place of Performance
Address: USACE District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
Zip Code: 61204-2004
 
Record
SN02314298-W 20101022/101020234345-82d50c5c28c5780550c34447ab28aca5 (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.