Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOURCES SOUGHT

A -- Hog stomach analysis

Notice Date
12/15/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-17-I-C001
 
Archive Date
1/14/2017
 
Point of Contact
Christy Love, Phone: 6016343445
 
E-Mail Address
Christy.J.Love@usace.army.mil
(Christy.J.Love@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a REQUEST FOR INFORMATION - SOURCES SOUGHT SYNOPSIS announcement to be used for preliminary market research purposes only. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The type of solicitation issued in the future will depend upon the responses to this sources sought synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of Small Business community to compete and perform a Service Contract. The U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC) is issuing this request for information (RFI) announcement as part of a market survey for the Wetlands and Coastal Ecology Branch Technical and Business Processes. This document describes the tasks required by the Wetlands and Coastal Ecology Branch, Ecosystem Evaluation and Engineering Division (EED) at the Environmental Laboratory, US Army Engineer Research and Development Center (ERDC), Vicksburg, Mississippi. Tasks specifically related to this particular Sources Sought Synopsis include: 1) the analysis of satellite telemetry data to examine movements and habitat use of wild pigs within live fire training areas (LFTA) on the Fort Hood military installation; and 2) gross analysis of stomach contents of wild pigs collected within the LFTA to determine seasonal food preferences. Contractor tasks for the telemetry portion of the study will include: 1) using location data collected with a Telonics ® GPS/ Iridium telemetry system to determine home range and core area size for 10-12 telemetered individuals, 2) to determine the average straight-line distance moved between consecutive radio-locations, 3) provide location data that will be used to determine habitat preferences. Home ranges/core areas will be calculated on a seasonal basis using a variety of methods, concave polygon, convex polygon, circular/bivariate normal ellipse, and harmonic mean to determine which technique provides the most reliable, stable estimates. Average straight-line distance moved between consecutive GPS locations will be determined for all telemetered individuals and reported/analyzed on a monthly and seasonal basis to investigate movement ecology and determine when wild pigs at Ft Hood are most active. Location data will also be used in conjunction with digital habitat/cover type maps of the LFTA/installation to determine which habitat types are preferred. Contractor tasks for the food habits portion of the study will include: 1) conducting a gross analysis of food items found in stomach samples from wild pigs collected in the LFTA by ERDC and Ft Hood biologists. Stomachs will be processed on-site to determine volume and contents will be removed, stored in plastic bags and frozen prior to analysis. Twenty-five stomach samples will be collected per season to be used for gross analysis. Contractor work shall include data entry, database creation/management, statistical analyses, movements and seasonal variations in habitat selection, analysis of stomach contents and laboratory work required to identify plant and animal material within collected samples. Contractor shall also include development of; ERDC technical reports; peer-reviewed journal articles; and other technology transfer media. All contractor generated logbooks, laboratory documentation and new laboratory procedures shall be readily available and will remain the property of ERDC. The overall objective of this procurement is to obtain a service contractor to complete Research and Development (R&D) tasks and provide the related deliverables to the Government, on a one time basis to accomplish the above goals associated with the Ft Hood Wild Pig Study. This contract will consist of an 18 month ordering period (dependent on award date) and will include tasks that relate to the R&D work that is being executed by the EEW and business operations that are associated with the execution of their work at the research facility in Vicksburg, MS. A proven research background in: the ecology, food habits, and movements of wild pigs in the Texas Hill Country and surrounding ecosystems (i.e., Post-Oak Savannah, Piney Woods, Coastal Plain, etc.) is required, with peer-reviewed publications in the subject matter strongly desired. A proven and strong background in using telemetry systems such as Telonics GPS Iridium telemetry systems. Working knowledge of the data handling, conversion, and manipulation practices, required to manipulate and analyze large GIS datasets is highly preferred. Additionally, research experience in gross and microhistological analysis of a mammals (particularly wild pigs) and a thorough, working knowledge of vegetation in the Texas Hill Country necessary to identify and relate the food habits research to the habitats in which wild pigs reside is needed. Any prior experience with techniques for producing home ranges from telemetry data (specifically, using the MOU, concave/convex, harmonic mean, and circular/bivariate normal ellipse models), investigating interspecific competition for food resources between native (including threatened and endangered) and introduced/invasive species, understanding the relationship between physiological conditions and the accompanying effects on animal movements, impacts of population control on the demographics and movement ecology of large, free ranging mammalian populations, wildlife ecology and management, and mitigation of the conflicts that occur between human and wildlife will be given preference. Additional expertise in the development of population models to predict population size from harvest and ear tag recovery data and knowledge of techniques for determining wildlife management damage (in relation to endangered species habitat) would be beneficial. North American Industrial Classification System (NAICS) Code applicable to this sources sought is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology). The Small Business Size Standard for this sources sought is 1,000 employees. Interested organizations having access to demonstrated research and capabilities in this area are invited to submit literature, which describes the general approach, previous related work, and a White Paper per the submission instructions below. After review of the white paper submissions, the Government may contact select respondents to further clarify the candidate materials. If you have an interest in participating in this type of contract, please provide the following information: 1. Cage code or DUNS number 2. Company information: (small business) Point of contact, address, telephone and fax numbers, email address, duns number, cage code, as well as size category (large, small, small disadvantaged, etc). 3. Capability Statement: A detailed capabilities statement stating their capabilities in providing the same or similar item described in this notice. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet these criteria. Capability statement not to exceed ten pages. Interested parties should register on-line and subscribe to receiving procurement announcements related to this sources sought notice at www.fbo.gov. Any questions related to this notice shall be submitted in writing to the point of contact listed below. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement no later than 30 December 2016 to: E-mail Christy.J.Love@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-17-I-C001/listing.html)
 
Place of Performance
Address: 3909 Halls Ferry Road, Vicksburg, Mississippi, 39180, United States
Zip Code: 39180
 
Record
SN04352246-W 20161217/161215233957-c5f20f051a682ca898e144bb676c2890 (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.