Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2017 FBO #5854
MODIFICATION

F -- Change PreSolicitation number to 140P8318Q0009-Go to new number for further details-TECHNICAL -TECHNICAL ASSISTANCE FOR THE LAKE ROOSEVELT NATIONAL RECREATIONAL AREA (LARO)

Notice Date
12/1/2017
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P17PS01103
 
Archive Date
5/16/2017
 
Point of Contact
Nadine Joe, Phone: (509) 754-7831, Wayne W. Owens, Phone: 5097547817
 
E-Mail Address
nadine_joe@nps.gov, wayne_owens@nps.gov
(nadine_joe@nps.gov, wayne_owens@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
**The pre-solicitation number has been changed to 140P8318Q009. Please refer to that pre-solicitation notice number for further changes and extension date(s).** This pre-solicitation notice, amended on 09/29/2017, changes the anticipated solicitation posting date: The solicitation is anticipated to be available on or after October 27, 2017. The National Park Service, Lake Roosevelt (LARO) National Recreation Area (NRA), intends to advertise for the award of an Advisory and Assistance Contract, Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) Task Order type contract, with a total capacity of $3.5 million. The geographic area to be served is the Upper Columbia River Basin located in the Lake Roosevelt NRA, which is the largest reservoir in the Pacific Northwest, located in the northeast portion of the state of Washington and stretches 133 miles up the Columbia River from Grand Coulee Dam to Onion Creek, 16 miles south of the US-Canada border. This acquisition will be solicited and awarded on a competitive basis and will be set aside for small business. The planned duration of the contract is a total of five years, consisting of a Base and Four (4) Option year periods. Applicable NAICS code is 541620-Environmental Consulting Services and small business size standard is $15 million. The work will include the following: Each task order will be a firm-fixed price order to provide technical assistance with protecting, conserving and preserving the natural cultural resources at Lake Roosevelt NRA. The contractor will provide technical expert products, such as recommendations, as requested to address issues arising from NPS involvement in the Upper Columbia River/Lake Roosevelt remedial investigation/feasibility study, the Upper Columbia River/Lake Roosevelt natural resource damage assessment and restoration efforts and other resource management related projects at LARO. Work will include utilization of established science and engineering in regard to remedial investigations/feasibility studies and natural resource restoration, field and laboratory sampling, data collection and analysis protocols, logistical support for field studies, conceptual design for planning purposes, development of relevant analysis and documentation required by Federal and State regulations, literature searches and coordination with Federal, State and local agencies. Contract actions will be solicited, evaluated, and awarded in accordance with FAR Part 13, Simplified Acquisition Procedures. The Base Contract shall establish negotiated disciplines and labor rates for use in drafting quotes for Task Orders, which will be detailed and awarded under each specific task. Contract award will be made to the offeror whose quote represents the best value to the Government considering price and other non-cost or price factors. Quotes shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. This is not a request for quotations (RFQ) nor is it the official solicitation. The solicitation will be issued in electronic format only. Note: Information on the Quote DUE DATE/RESPONSE DATE will be stated in the solicitation. Offerors must register in the System for Award Management (SAM) at www.sam.gov. It is the Offerors' responsibility to check the Internet address provided as necessary for any posted changes to this notice and future solicitations or amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01103/listing.html)
 
Place of Performance
Address: 1008 Crest Dr., Coulee Dam, Washington, 99116-1259, United States
Zip Code: 99116-1259
 
Record
SN04754021-W 20171203/171201230759-842e8a7de12ae5a4819988273782298d (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.