Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
SOURCES SOUGHT

S -- BAFS Wetlands Maintenance - SSN

Notice Date
6/12/2017
 
Notice Type
Sources Sought
 
NAICS
561730 — Landscaping Services
 
Contracting Office
AFICA - AFICA- PACAF
 
ZIP Code
00000
 
Solicitation Number
FA5215-17-Q-8018
 
Archive Date
7/6/2017
 
Point of Contact
Abby Speed, Phone: 8084482978, Matthew K. Hagan, Phone: 8084482975
 
E-Mail Address
abby.speed.1@us.af.mil, matthew.hagan.1@us.af.mil
(abby.speed.1@us.af.mil, matthew.hagan.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SSN ***You may request a pdf version and the attachments from Ms Abby Speed, abby.speed.1@us.af.mil *** Sources Sought Notification for Bellows Air Force Station Wetland Maintence This is a Sources Sought Notification (SSN) issued pursuant to FAR 19.501(c), where the contracting officer shall perform market research and document why a small business set-aside is inappropriate when an acquisition is not set aside for small business. Bellows Air Force Station (BAFS), Hawaii has a requirement to provide ecologically healthy (biodiverse) wetland habitat at Pu'ewai Wetlands to support Hawaiian native wetland birds with foraging, roosting and breeding habitat. The tasks described in this PWS are to remove invasive plants, out-plant with native Hawaiian plants, and maintain the wetland site until the end of the period of performance (POP). The work will be completed at 515 Tinker Road, Waimanalo, HI 96795. The contractor shall furnish all labor, personnel, supervisions, materials, supplies, equipment, tools, transportation and any other items and services necessary to perform the services required. This is a market research tool to determine the availability of sources prior to issuing a Request for Proposal. (RFP). This announcement is for informational and planning purposes only and does not constitute a RFP. This announcement is NOT to be construed as a commitment by the Government, nor will the Government pay for information solicited hereunder. All costs associated with responding to this SSN will be solely at the responding party's expense. The intent of this notification is to identify potential BUSINESS CONCERNS capable of fulfilling the Governments requirement. The North American Industry Classification System (NAICS) code for the proposed competitive procurement is 561730, Landscaping Services, and the size standard is $7.5M. The Contract Type is intended to be Firm Fixed Price. Government intends to have a period of performance for one (1), twelve (12) month period after contract award. A RFP on FedBizOpps (FBO) may be issued following a review of sources sought. FBO will be the only place this requirement will be solicited. Therefore, it is the vendors' responsibility to monitor FBO to respond to any future RFP. Contractors must be registered in the System for Award Management (SAM) http://www.sam.gov to be eligible for the award. Representations and certifications must also be on record. Contractors should read the PWS carefully to ensure that they truly understand the requirement and have the capability of performing the requirement as written. Any interested firms capable of providing these services are request to respond via email to: abby.speed.1@us.af.mil no later than 4:00 pm., Wednesday, 21 June 2017 with the following documentation: •1. Contractor's Information (name of representative, address, phone number, CAGE Code, DUNS number, business size and socioeconomic status). •2. Contractor's capability statement that demonstrates the ability to perform all the requirements of the PWS. •3. Past Performance: Responses to this request shall indicate similar/relevant experience that demonstrates the experience in accordance with the PWS. •4. No telephone request will be honored. Any questions regarding this notice should be forwarded in writing by email to abby.speed.1@us.af.mil. Information submitted must be in sufficient detail as to allow for a thorough government review of firm's interest and capabilities. This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The government reserves the right to consider any arrangement as deemed appropriated for this procurement. **DRAFT** PERFORMANCE WORK STATEMENT (PWS) MANAGEMENT WETLANDS (BFMVOS807917) AND ENDANGERED WATERBIRDS (BFMVOS550317) at BELLOWS AIR FORCE STATION (BAFS), WAIMĀNALO, HAWAI'I •1. OBJECTIVES. The purpose of the project is to provide ecologically healthy (biodiverse) wetland habitat at Pu'ewai Wetlands to support Hawaiian native wetland birds with foraging, roosting and breeding habitat. The tasks described in this PWS are to remove invasive plants, out-plant with native Hawaiian plants, and maintain the wetland site until the end of the period of performance (POP). The wetland habitat restoration is in accordance with the goals and objectives of 1) the Bellows Air Force Station (BAFS) Integrated Natural Resources Management Plan (INRMP); and 2) a United States Fish and Wildlife Service (USFWS) Biological Opinion (BO) to achieve Endangered Species Act requirements for species-at-risk and species of concern. The BO i ncludes requirements to manage habitats for endangered, threatened, rare, sensitive or keystone flora or fauna species. •2. SITE DESCRIPTION. Pu'ewai Wetlands encompasses roughly 7.8 acres. Approximately 4 acres of pickleweed ( Batis maritima ) were sprayed with Habitat® herbicide during October 2015 which successfully killed the majority of pickleweed and retarded germination of new plants. During 2017, additional invasive plants were removed and wetland areas were out-planted with native flora. This PWS continues this work. The wetlands primarily receive water from Waimānalo (Pūhā) stream, which runs along one side of the wetlands. The United States Army Corps of Engineers (USACE) defined the wetlands as jurisdictional in 2015. The forested portion of the wetlands is classified by the National Wetlands Inventory (NWI) as estuarine, intertidal, forested, broad-leaved evergreen, regularly inundated (E2FO3N). The areas are classified as estuarine, intertidal, emergent, persistent, regularly inundated (E2EM1N). The wetlands are used by shorebirds and other waterbirds, to forage, roost and breed. The restored portions of the wetlands are used by endangered native Hawaiian wetland birds including: •· Ae'o or Black-necked Stilt ( Himantopus mexicanus knudseni ) •· 'Alae 'Ula or Hawaiian common moorhen ( Gallinule chlororopus sandvicensis ) •· 'Alae Ke'okeo or Hawaiian Coot ( Fulica alai ) •· Koloa or Hawaiian duck ( Anas wyviliana ) See Section 22 ATTACHMENTS, for listing of tables, maps, and pictures. •3. PROJECT MANAGEMENT, PLANNING, AND REPORTING REQUIREMENTS. The Contractor shall supply all necessary supervision, labor, equipment, vehicles and materials necessary to accomplish the work. The Contractor shall perform management and planning functions, including performance measurement and fund status reporting, through the course of this effort. The Contractor shall document the results of the project efforts under this PWS for government review and approval. 3.1 Meetings. •3.1.1. Meetings/Teleconference Support. The Contractor shall attend and/or support meetings and teleconferences as required by the Contracting Officer's Representative (COR) within the 766 Specialized Contracting Squadron (SCONS). The purpose of the meetings includes, but is not limited to, contract discussions, progress reviews, project scoping, planning, project status, and the general exchange of information concerning current activities. •3.1.2. Kick-Off Meeting. This PWS provides for activities required for the on-site kick-off meeting. The contractor will present a Work Plan (described below) that will include a brief description of activities to fulfill the required tasks and finalized schedule. •4. PLANNING DOCUMENTS. •4.1. Work Plan. Contractor shall prepare a work plan (WP) that will include a brief description of activities of the required tasks and finalized schedule. The WP shall describe in detail the approach, methodologies, quality assurance, quality control, and other technical activities that shall be implemented to ensure that a quality project is completed. The draft WP shall be submitted to the SCONS PM for review within fourteen (14) days of contract award. The Contractor shall revise the draft WP as necessary based on all review comments received and submit a final WP within seven (7) days of receipt of review comments. The final WP shall be submitted both electronically ( in both Microsoft Word and PDF formats ) and as hard copies. The WP must be approved by the COR prior to the commencement of the fieldwork. All work shall be conducted in accordance with the approved PWS. •4.2. Safety and Health Program. The Contractor shall develop and implement a written Safety and Health Program in accordance with guidelines specified in USACE EM 385-1-1 Safety and Health Requirements Manual. The program will include a Site Safety and Health Plan and Accident Prevention Plan. A draft Safety and Health Program shall be submitted electronically to the SCONS PM within fourteen (14) days of contract award. The Contractor shall revise these plans as necessary and submit a final Safety and Health Program within seven (7) days of receipt of SCONS review comments. The final Safety and Health Program shall be submitted both electronically (in both Microsoft Word and PDF formats) and as hard copies. The Contractor shall ensure that its subcontractors, suppliers, and support personnel follow all safety and health provisions established in the approved Safety and Health Program for the site. The SCONS reserves the right to stop work under this contract for any safety violations at no additional cost to the Government. The SCONS will verify that the Contractor has implemented corrective action before allowing continued performance under the contract. •5. NOTIFICATION REQUIREMENTS. The Contractor is required to notify the Contracting Officer (CO) of critical issues that may affect the contract performance and/or human health and the environment. The types of issues that require notification include, but are not limited to, health risks, spills, changes in critical personnel, and finding Munitions and Explosives of Concern (MEC). As an example, if MEC were discovered during field activities, the Contractor would be required to immediately stop work, report the discovery to BAFS Security Forces and implement the appropriate safety precautions. Field activities could not continue until clearance was received from the CO. On critical issues, verbal notification should be made immediately, followed by written notification as soon as practical. •5.1. Solid and Green Waste Disposal. Contractor shall provide BAFS with data to identify the type, tonnage and destination (e.g. landfill, recycling, waste to energy, etc.) of all solid waste (including green waste) that is recycled or disposed of on a monthly basis. Copies of shipping documents (such as bills of lading) manifests and weight tickets shall be provided to the BAFS Environmental Program Manager (EPM). All removed green waste material may be hauled to a nearby BAFS green waste (composting) site, located on the perimeter of the wetlands, within 30 calendar days of removal. •6. PERMITS AND ARCHAEOLOGICAL MONITORING. The Contractor shall develop, coordinate, and assist the installation in applying for and obtaining all applicable federal, state, local, and other applicable permits required to perform and complete the PWS. Relevant permitting may include, but is not limited to, Section 7 consultation (Fish and Wildlife Service to ensure actions do not jeopardize endangered and threatened species), Environmental Impact Analysis Process (EIAP) process decision documents, and possibly Coastal Zone Management (CZM). Excavation or significant ground disturbing activities are not anticipated for this project, however a rchaeological monitoring would be required in the event of excavation or significant ground disturbing activities. A current Notice of General Permit Coverage (NGPC) National Pollutant Discharge Elimination System (NPDES) General Permit that authorizes the use of pesticides in the Pu'ewai Wetlands is good through 21 OCT 2017. •7. PHOTO DOCUMENTATION. The Contractor shall prepare digital photo documentation of the site and field activities. Digital photos will be submitted in JPEG format unless otherwise specified. The contractor shall provide an index for each set of photographs submitted identifying site, project number, contractor, and a brief description. •8. BAFS ACCESS. The Contractor shall have access to BAFS in order to perform required tasks. To gain access, the contractor shall supply requested personal identifiable information of contractor personnel, to include sub-contractors, to BAFS Security Forces (SF) thru the contract Government representative and/or sponsor via the Form B-180 NLT 14 business days prior to contract start date. BAFS SF will conduct background checks on each individual listed on the Form B180 and will post an Entry Access Listing (EAL) of authorized contractors at the Installation Entry Control Point when complete. Contractors shall present a valid identification card to the gate sentry for entry verification. Contractors, at no time, will have the authority to sponsor, escort or vouch additional personnel onto BAFS. Contractor vehicles will be subject to search prior to entry onto BAFS. The contractor shall immediately notify SF thru the Government representative anytime an individual is no longer required access to BAFS due to employment termination, re-assignment, etc. •9. SPECIFIC TASKS. The licensed contractor shall complete all work within the scope of this contract without government supervision. The tasks include removal of invasive plants, out-planting with native plants and maintenance of the out-planted sites. Contractor shall make every effort to maintain high standards of safety and cleanliness. Contractor shall also make every effort to minimize the amount of disruption to the environment. The native Hawaiian plants, described in Section 9.1.2 below, will provide the endangered Ae'o or Black-necked Stilt with roosting, breeding and foraging habitat. Ae'o inhabit shallow wetlands with sparse, low growing vegetation that is not too overgrown. Interspersed taller emergent vegetation (such as Makaloa, and 'Uki) planted beside large patches of low growing vegetation (ʻAeʻae) provides a mosaic of concealment and thermal cover that optimizes Ae'o habitat. NOTE: The out-planting field work will be timed to avoid the Ae'o or Black-necked Stilt breeding season that generally runs from late March to mid-August (see Table 1, Hawaiian Waterbird Breeding Table). •9.1. Sub-CLIN 001: REMOVE INVASIVE PLANTS AND OUT-PLANT 2.0 ACRES PU'EWAI WETLAND AREAS (MUDFLATS). This is a reoccurring action that can be can be exercised as needed. •9.1.1. REMOVE INVASIVE PLANTS. Remove non-native invasive plants (such as, but not limited to, pickleweed (Batis sp.), grasses, herbaceous plants, trees less than 10' height (such as, but not limited to, Milo, Red Mangrove, Kiawe, Opiuma, Ironwood, Brazilian Pepper, Koa Haole, etc.) and shrub vegetation (such as, but not limited to, Indian Fleabane). The Contractor shall use a combination of hand removal, mechanical, and herbicide application methods (spot spraying where possible not to kill existing native plants) as needed. The invasive plants to remove under this paragraph will not exceed 10' in height. Herbicide application shall comply with AFI 32-1053, federal, state, and local permit requirements. The Contractor shall prepare and submit a Pesticide Discharge Management Plan as necessary. Procedures to remove green waste are described in Section 5.1 Solid and Green Waste Disposal. •9.1.2. OUT-PLANT. Out-plant with native Hawaiian plants. Each one-half (0.5) acre section of wetland habitat will be out-planted with Hawaiian native plants presented in Table 1, Wetland MUDFLAT: Percentage Wetland Plants to be Out-planted per 0.5 Acre and Table 2, Wetland EDGE: Percentage or Number of Wetland Plants to be Out-planted per 0.5 Acre. Only native Hawaiian plants that are NOT State or federally listed will be planted. BAFS welcomes and will consider expert suggestions from contractors to adjust the plant selections and percentages. Contractor will use knowledge of Hawaiian native plants to optimize the out-planting spacing and grouping based on the growth characteristics/properties of the plant. Leave waterways open. In general, the native flora will be planted in large (greater than 100 square foot) oblong "patches". The different vegetation types will be interspersed to provide sufficient edge and visual barriers to maximize territories available for waterbird breeding. Mulch MAY be spread over the cleared area (3" deep) in the dry areas (not submerged by water) to retard weed growth while native plants become established. The government will provide the mulch, but the contractor will move the mulch from a location approximately 0.50 miles away from the wetland. Mulch will not be spread over the wet areas, or areas that experience recurring flooding as determined by the EPM. Table 1, Wetland MUDFLAT: Percentage Wetland Plants to be Out-planted per 0.5 Acre PLANT LOCATION PERCENTAGE BY NUMBER PLANTS ʻAeʻae ( Bacopa monnieri) Mudflats 90% 'Uki (Cladium jamaicense) Other native sedges will be considered and must be approved by EPM and COR prior to planting) Mudflats 10% Table 2, Wetland EDGE: Percentage or Number of Wetland Plants to be Out-planted per 0.5 Acre PLANT LOCATION PERCENTAGE BY NUMBER PLANTS NUMBER ʻĀkulikuli (Sesuvuium portulacastrum) Perimeter 50% Makaloa (Cyperus laevigatus) Perimeter 50% -- ʻAkiohala (Hibiscus furcellatus) Perimeter 25 ʻAeʻae (Bacopa monnieri). Out-planted on mudflats and in shallow water among the established patches of Kaluhā (Bolboschoenus maritimus). ʻAeʻae tolerates waterlogged soil and brackish water. ʻĀkulikuli (Sesuvuium portulacastrum). Out-plant on perimeter areas of the wetlands that experience less flooding. Makaloa (Cyperus laevigatus). Out-planted on perimeter areas of the wetlands that experience less flooding. Makaloa grows in wet environments and tolerates waterlogged soil and brackish water. 'Uki (Cladium jamaicense). 'Uki tolerates waterlogged soil and brackish water. ʻAkiohala (Hibiscus furcellatus). Plant ʻAkiohala in dryer areas that do not experience reoccurring flooding. ʻAkiohala tolerates waterlogged soil, but soil must be well drained. Contractor will submit an Out-planting Landscape Drawing that shows the native plant layout for government approval and comment(s). •9.1.3. MAINTAIN. Perform periodic maintenance for six (6) months after planting, not to exceed one year from contract award date. The purpose of periodic maintenance is to replace unsuccessful out-plants, remove invasive plants, and make "repairs" to the wetlands out-planting due to weather-related events or feral pig damage. The EPM will assist as the weekly "eyes on the ground" and notify the contractor of any changes to the out-planting area when maintenance needs to occur to reduce the number of contractor site visits. •9.2. Sub-CLIN 002: REMOVE INVASIVE PLANTS AND OUT-PLANT 0.5 ACRE OF PU'EWAI WETLAND (MUDFLATS). This is a reoccurring action that can be can be exercised as needed. •9.2.1. REMOVE INVASIVE PLANTS. (As described in Section 9.1.1). •9.2.2. OUT-PLANT. (As described in Section 9.1.2) •9.2.3. MAINTAIN. (As described in Section 9.1.3) •9.3. Sub-CLIN 003: REMOVE AND OUT-PLANT ONE-HALF (0.5) ACRE (APPROXIMATELY 100' WIDE BY 218' LENGTH) INVASIVE PLANTS ALONG NORTH AND WEST EDGE (DIRT ROAD SIDES). See Fig 5, General Pictures North and West Edge (Dirt Road Sides) Pu'ewai Wetlands. This is a reoccurring action that can be can be exercised as needed. •9.3.1. REMOVE INVASIVE PLANTS. Remove non-native invasive plants (such as, but not limited to, pickleweed (Batis sp.), grasses, herbaceous plants, trees less than 20' height (such as, but not limited to, Milo, Red Mangrove, Kiawe, Opiuma, Ironwood, Brazilian Pepper, Koa Haole, etc.) and shrub vegetation (such as, but not limited to, Indian Fleabane). The Contractor shall use a combination of hand removal, mechanical, and herbicide application methods (spot spraying where possible not to kill existing native plants) as needed. Herbicide application shall comply with AFI 32-1053, federal, state, and local permit requirements. The Contractor shall prepare and submit a Pesticide Discharge Management Plan as necessary. Government provided mulch will be spread over the cleared area (3" deep) in the dry areas only (not submerged by water). Mulch will not be spread over the wet areas, or areas that experience recurring flooding as determined by the EPM. Procedures to remove green waste are described in Section 5.1.1. Solid and Green Waste Disposal. •9.3.2. OUT-PLANT. Out-plant the cleared area with 'aki'aki (Sporobolus virginicus) grass. Contractor will use knowledge of Hawaiian native plants to optimize the out-planting spacing and grouping based on the growth characteristics/properties of the plant. •9.3.3. MAINTAIN. Perform periodic maintenance for six (6) months after planting, not to exceed one year from contract award date. The purpose of periodic maintenance is to replace unsuccessful out-plants, remove invasive plants, and make "repairs" to the wetlands out-planting due to weather-related events or feral pig damage. The EPM will assist as the weekly "eyes on the ground" and notify the contractor of any changes to the out-planting area when maintenance needs to occur to reduce the number of contractor site visits. •9.4. Sub-CLIN 004: INSTALL UP TO 500' HIGH-DENSITY POLYETHYLENE (HDPE) BLACK PLASTIC WATER PIPE ON WETLAND PERIMETER. This is a reoccurring action that can be can be exercised as needed. •9.4.1. Install a HDPE irrigation pipe on the ground surface along the wetland perimeter. The Tie the new pipe into existing 2" HDPE pipe at the Tinker Road Bridge (See Fig 4, Location Map, HDPE Water Pipe) with a shut-off valve at the tee joint. Install additional tee connectors and shut-off valve approximately every 100'. •10. REPORTS AND DELIVERABLES. •10.1. Planning Documents. •10.1.1. WORK PLAN. (As described in Section 4.1). •10.1.2. SAFETY AND HEALTH PROGRAM. (As described in Section 4.2). •10.1.3. PROJECT PLANNING CHART. The contractor shall prepare and submit a Project Planning Chart (PPC) for approval. The PPC shall detail the project schedule and status though the use of Gantt charts, which shall depict percent complete for each project and task. The PCC shall be submitted in both electronic and hard copy formats as appropriate. •10.1.4. WORK BREAKDOWN STRUCTURE. The contractor shall prepare a contract work breakdown structure (WBS). The WBS shall be used to prepare proposal, project schedules, and financial reports. The WBS shall be submitted in Draft and Final versions in both electronic and hard copy formats as appropriate. •10.2. Monthly Status Reporting. The Contractor shall submit monthly (unless otherwise specified) status reports summarizing all activities conducted under this task order. The monthly reports shall be used to review and evaluate the overall progress of the projects, along with any existing or potential problem areas. The monthly reports shall include a summary of the events that occurred during the reporting period, discussion of performance, identification of problems, proposed solutions, corrective actions taken, and outstanding issues. The monthly reports shall also include project schedule status. These reports shall be submitted electronically. •10.3. Out-planting Landscape Drawing. The landscape design drawing will show the layout of the out-plantings. •10.4. Pesticide Discharge Management Plan. This plan is only required if Option 2 is exercised. •11. COORDINATION OF ACTIVITIES. The Contractor shall coordinate worksite activities with all applicable personnel to ensure the protection of human health and the environment; the prevention of damage to property, utilities, materials, supplies, and equipment; and the avoidance of work interruptions. The Contractor must comply with the Occupational Safety and Health Administration (OSHA) safety and health regulations and local safety office requirements. •12. EPISODIC FLOODING. Pu'ewai Wetlands occasionally floods during heavy rainfall and when a sand plug forms at the mouth of the Pūhā Stream causing the stream water to back up. Water levels at the Tinker Road bridge can rise 29" when a sand plug occurs inundating the mudflats under water. A sand plug has formed twice a month during the winter/early spring months of 2017. The sand plug lasts for 3-5 days before the water builds up enough pressure to cut a path back to the ocean. On some occasions, BAFS can manually dig a trench through the sand plug to drain the wetlands over a 24 hour period. BAFS can keep the plug open for 30 day periods. •13. HAZARDOUS MATERIAL AND HAZARDOUS WASTE ACTIVITIES. The Contractor shall handle all hazardous materials and waste in accordance with applicable federal, state, and local requirements. The Contractor shall provide a listing of hazardous chemicals/materials and estimated usage (quantities) to Bellows AFS EPM for any material requiring a Safety Data Sheet (SDS) and brought or used on station. It is anticipated that nonhazardous solid waste will be generated during the project. No hazardous waste is anticipated as a result of this project. •13.1. Solid Waste Disposal. Contractor shall provide BAFS with data to identify the type, tonnage and destination (e.g. landfill, recycling, waste to energy, etc.) of all solid waste (including green waste) that is recycled or disposed of off-station on a monthly basis. Copies of manifests and weight tickets shall be provided to the BAFS EPM. •14. PERIOD OF PERFORMANCE. •14.1. Period of Performance. The period of performance is one calendar year after contract award date. •14.2. Place of Performance. Work shall be accomplished at: Bellows Air Force Station (AFS), USAF PACAF, DET 2, 18 FSS Bellows, 515 Tinker Road, Waimānalo, Hawai'i, 96795. •15. CONSERVATION. Activities shall be planned and implemented in a manner that protects existing site utilities, surface features, and the general site environment. This includes the protection of trees, shrubs and other vegetation not in the affected zone from dust damage, soil compaction, and physical contact with machines and equipment. All reasonable measures shall be taken to minimize and suppress fugitive emissions of dust, vapors, and other site materials during site work. The Contractor shall conduct all operations and activities with the intent of reducing the amount of pollution generated. •16. SITE PREPARATION. The Contractor shall perform site work as necessary to prepare sites for staging area activities. Security and access controls shall be implemented to prevent unauthorized entry to sites and to protect wildlife from site exposure. •17. DEMOBILIZATION. The Contractor shall remove any temporary facilities and implement erosion control measures, and restore roads and utilities if affected. •18. SCONS CONTRACTING AUTHORITY POINTS OF CONTACT. •19. BAFS AUTHORITY AND POINTS OF CONTACT. •20. GENERAL REQUIREMENTS. Within ten (10) days of Notice to Proceed, the contractor shall provide the SCONS Contracting Officer's Representative a written list of all personnel, including site supervisors, support staff, quality assurance inspector(s), laborers, technicians, drivers, etc., who shall be responsible for the performance of the required work and require Base access. The Contractor shall obtain all required permits. All reports and data generated under this contract are the property of the government and distribution by the Contractor to any source, unless previously authorized by the SCONS Contracting Officer, is prohibited. •21. LEGAL DRIVERS AND REFERENCES. Final Unified Federal Policy (UFP) for a Watershed Approach to Federal Land and Resource Management (65 FR No. 202 of October 18, 2000) Integrated, ecosystem management-based approach required by Department of Defense (DoD) Directive 4715.3 Sikes Act Improvement Amendments (SAIA) Federal Clean Water Act "best management practices" AFI 32-7001, Environmental Management, 4 November 2011 AFI 32-7064, Integrated Natural Resources Management, 17 September 2004, revised 9 September 2011 Air Force Policy Directive (AFPD) 32-70, Environmental Quality, 20 July 1994 •22. ATTACHMENTS. Fig 1, Location Map, BAFS and Pu'ewai Wetlands Fig 2, Aerial View BAFS Pu'ewai Wetlands Fig 3, Ground View BAFS Pu'ewai Wetlands Fig 4, Location Map, HDPE Water Pipe Fig 5, General Pictures North and West Edge (Dirt Road Sides) Pu'ewai Wetlands Table 1, Wetland EDGE: Percentage or Number of Wetland Plants to be Out-planted per 0.5 Acre Table 2, Wetland MUDFLAT: Percentage Wetland Plants to be Out-planted per 0.5 Acre Table 3, Hawaiian Waterbird Breeding Table
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5bec32b6832700a7c3cc07aacd92dece)
 
Place of Performance
Address: Bellow Air Force Station, 515 Tinker Road, Waimanalo, Hawaii, 96795, United States
Zip Code: 96795
 
Record
SN04540428-W 20170614/170612234240-5bec32b6832700a7c3cc07aacd92dece (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.