Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
SOURCES SOUGHT

B -- Environmental Services

Notice Date
1/31/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.2 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893612R0068
 
Response Due
2/16/2012
 
Archive Date
2/16/2013
 
Point of Contact
Craig Matheny, 760-939-4280
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Weapons Division (NAVAIRWD), China Lake, CA is seeking Environmental Services primarily conducted at sites located at the China Lake, CA Land Range, and the Point Mugu, CA Sea Range Complex which includes the San Nicolas Island Test Facility. Environmental services may be required on an occasional basis at other DoD sites and lands of DoD interest. These services are currently being performed by Epsilon System Solutions under an Indefinite Delivery Indefinite Quantity (IDIQ) contract N68936-07-D-0005. This is available at http://foia.navair.navy.mil. The contractor shall be required to respond to emergent actions within 24 hrs to ensure timely response to the need of NAVAIR. The contractor shall conduct natural, cultural, and geophysical resource-specific surveys, studies, analyses, environmental planning and documentation on the NAVAIR Land and Sea Ranges. The contractor shall provide services for the following 7 disciplines: Geographic Information Systems (GIS) - The contractor shall perform quantitative and qualitative geospatial analysis for natural and cultural resources data management and land use planning and other NAVAIR initiatives. Contractor shall provide maps and data sets to clients to supplement analysis as required by NAVAIR. The contractor shall be required to utilize the following software: Environmental Systems Research Institute (ESRI) ArcGIS Server, ESRI ArcSDE, ESRI ArcGIS, Oracle 10G, SQL Server, HTML/DHTML, XML, ASP,.NET, JAVA, and Microsoft SharePoint Enterprise Edition. The contractor shall update and maintain the NAVAIR GIS Database and server (for equipment located off-site only) to ensure NAVAIR's continuous GIS capabilities. Contractor shall acquire, upgrade, and/or repair system components and software (for equipment located off-site) as needed to maintain operational readiness at appropriate technological levels as set forth by NAVAIR. Vegetation and Habitat - The contractor shall conduct studies of terrestrial, aquatic/marine and riparian vegetation, or any combination thereof, to determine any or all of the following: (1) mapping of vegetation/habitat using aerial photographs and/or Geographic Information Systems (GIS) and/or Global Positioning Systems (GPS) data; (2) presence or absence of specific species and subspecies; (3) vegetation and habitat type and characterization including statistical analysis of plant survey data; (4) relative frequency, density, abundance, distribution and other standard analytic techniques/metrics of specific species, species groups or subspecies; (5) identification of threatened or endangered species; (6) identification of unusual plant assemblages. Wildlife - The contractor shall conduct studies of terrestrial, aquatic/marine and riparian vertebrate and/or invertebrate species to determine any or all of the following: (1) mapping using GPS and/or GIS for threatened and endangered species or other selected species; (2) presence or absence of specific species, species groups and subspecies, including distribution, abundance, densities and frequency; (3) identification of threatened or endangered species, (4) preparation of documentation for of management and/or recovery plans for listed species including threat analysis and (5) preparation of documentation for Endangered Species Act consultations, (6) statistical analysis of new and historic field survey data, (7) conduct radio telemetry studies for selected species, and (8) provide escort and/or technical expertise to other conservation efforts. Geohydrological Resources Analysis - The contractor shall conduct geophysical and geochemical surveys of water resources. These surveys may include: (1) historic resource data review including geologic and hydrologic resource literature and aerial photographs to be incorporated into the Navy ™s GIS system. (2) Geophysical surveys, such as electrical resistivity, magnetotellurics (MT) and audiomagnetotellurics (AMT), self-potential and reflection seismic, to define subsurface geologic deposits groundwater resources at well locations, subsurface plumbing systems (conduits) and water resources near natural spring sites and riparian areas; (3) geochemical surveys in and around natural spring sites to characterize water quality types/isotopic composition and groundwater flow patterns; (4) ground water and surface water sampling at production well sites and monitoring well sites. Analysis and interpretation of the sampling results shall be included; (5) aquifer testing at monitoring wells; (6) waste water sampling and analysis at the Navy ™s reclaimed water system; (7) regional and local aquifer modeling using MODFLOW, TETRAD or equivalent software; (8) groundwater and surface water management plans, studies and reports. Historic and Archeological Resources - The contractor shall conduct historic, archaeological, anthropological and paleontological resource studies, as needed, and in accordance with applicable federal and state requirements and regulations. These studies may include, but are not limited to the following: (1) resource assessments for project-specific actions being evaluated in an environmental document including a Categorical Exclusion (CATEX), Environmental Assessments (EA) or Environmental Impact Statement (EIS); (2) historic and archaeological resource regional background overviews, literature and records searches; (3) resource management plans and historic property treatment plans; and (4) resource assessments to determine eligibility of cultural (historic) properties for listing in the National Register of Historic Places pursuant to Section 106 of the National Historic Preservation Act. Land Management - The contractor shall conduct land use management studies and prepare land and /or resource management plans. These studies may include: (1) wetlands identification and preservation; (2) surface and subsurface water management; (3) floodplains management; (4) soil conservation; (5) erosion control; (6) land restoration and revegetation; (7) pest and problem species management; (8) range management and (9) land use compatibility studies. Environmental Impact Analysis and Documentation - The contractor shall perform quantitative and qualitative environmental impact analysis to assess the potential for impacts on environmental resources by proposed projects identified in individual task orders. The contractor shall prepare draft and final documents for Environmental Assessments (EA) and Environmental Impact Statements (EIS) which comply with National Environmental Policy Act of 1969 (NEPA) requirements as defined in OPNAVINST 5090.1C. The objective is to compete the requirement on an unrestricted, full and open basis depending on a review of the information submitted in response to this sources sought. In addition to searching the market for qualified vendors, the results of the sources sought will be utilized to determine if any Small Business Set-Aside opportunities exist per NAICS code 541330, small business size standard of $4.5M. All Small Business Set-Aside categories will be considered. The Government requests that small companies, submit their business size by North American Industry Classification System (NAICS) code. And specify if your company is or is not each of the following: (a) Service-Disabled Veteran owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business to the Government's Contract Specialist Craig Matheny (contact information listed below). All responses at a minimum must include: Company Name; Company Address; Point-of-Contact (POC) name, phone, and e-mail address. A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum) demonstrating ability to perform the specific requirements discussed above. This documentation must address, at a minimum, the following: (1) Prior/Current corporate experience performing efforts of similar scope within the last five years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the services described herein. (2) Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel. (3) Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort. If submitting capabilities statement package by email remember Navy Restrictions: (1) Limit Graphics; (2) 10MB limit on emails; (3) Use standard file extension: doc, xls, pdf, zip, ppt.; (4) The following attachments will not be received by recipients on the NMCI system:.avi,.bat,.cmd,.com,.dll,.eml,.exe,.pif,.scr,.shs,.vbs, and.vbe.; and (5) Send To: craig.matheny@navy.mil. If submitting capabilities statement package by mail and providing a computer disc: (1) Use CD-R disc; (2) Provide two discs; (3) Send to: Commander Code 220000D, NAWCWD, Attn: Craig Matheny, 429 E. Bowen Ave, MS 4015, China Lake, CA 93555-6108 Submittals are capabilities statements for consideration by the Government in acquisition planning. Interested parties are advised that the information submitted may not be used for procurement action. This announcement is for informational purposes only. DISCLAIMER: This sources sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of the responses to this announcement. Any information submitted by Respondents to this technical description is strictly voluntary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D2/N6893612R0068/listing.html)
 
Record
SN02664199-W 20120202/120131234229-b04d352ad682964d50f85861e707f2ea (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.