Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

T -- Wetland Mapping and LLWW Classification

Notice Date
3/7/2018
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
BLM OC NOC INFRASTR SEC (OC662) DENVER FEDERAL CENTER BLDG. 50 POB 25047 DENVER CO 80225 US
 
ZIP Code
00000
 
Solicitation Number
140L0618R0024
 
Response Due
3/27/2018
 
Archive Date
4/11/2018
 
Point of Contact
Chamberlin, Judith
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT. The purpose of this sources sought announcement is for market research to make an appropriate acquisition decision and to gain knowledge of potential qualified businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Background The Bureau of Land Management (BLM) manages 150,000 miles of streams and rivers, and 13 million acres of wetlands in fourteen western states (California, Oregon, Washington, Nevada, Utah, Colorado, Alaska, Montana, North Dakota, South Dakota, Idaho, New Mexico, Arizona and Wyoming). The BLM has need for comprehensive wetland and riparian inventory that captures the extent and status of these ecosystems across BLM administered lands in the Western U.S. and Alaska. This inventory will help provide a basis for understanding land health and management of BLM lands through four fundamental areas of functioning wetland and riparian ecosystems. These four fundamental areas cover: properly functioning watersheds, compliance with state water quality standards, habitats restored or maintained for federal threatened and endangered species and others, and the maintenance of ecological processes that sustain healthy biotic populations and communities. In addition, this effort will inform the investigation of wetland status, condition, and trend across much of the U.S. Assessment, Inventory and Monitoring (AIM) methods and data collection span various habitats. BLM lands include uplands, aquatic/riparian areas, and wetlands/lentic areas, and AIM monitoring occurs in all of these land types. AIM information is used to inform Land Use Plan Effectiveness evaluations, livestock grazing permit renewals, reclamation or restoration efforts, and habitat assessments (including for Greater Sage-Grouse), among others. Scope BLM will require the collection of data from up to 2500 quad maps per year across all BLM lands. Data collected must meet Federal Geographic Data Committee (FGDC) Wetland Mapping Standards Document number: FGDC-STD-015-2099, located at www.fgdc.gov/standards/projects/wetlands-mapping/index_html and follow an object-based image analysis approach to be consistent with existing mapping efforts. Mapping must be fine enough to capture all wetland and riparian area polygon features that are at least one-tenth to one-quarter of an acre. Mapping shall consider climatology, geomorphology, geology, ecology, and hydrology. Offeror must provide or acquire base data sets. QA/QC protocols shall be rigorous, and shall include a component of field verification. Work is often in remote areas and will require collaboration with local field offices. Once mapping is completed and has been verified via QA/QC processes, polygons should be assigned landscape position, landform, water flow path and waterbody type (LLWW) classification using the modified West-specific classification system. In addition, a hydrogeomorphic (HGM) subclass will be assigned based on wetland characteristics derived from both the Cowardin et al.1979, and the modified West-specific LLWW. Key variables that contribute to assignment of these subclasses will be geomorphic setting (e.g. isolated depression, flowing, fringe, etc.), water source (e.g. precipitation, groundwater, lateral flow, etc.), and hydrodynamic properties (e.g. vertical fluctuation, dynamic flow, etc.). As United States Geological Services (USGS) quads get completed, edge matching and topological structuring of adjacent quads must be performed to create a seamless wetland and riparian area database. Topology validation scripts and other verification tools should be run on the final merged dataset to ensure data integrity. Offeror shall develop full project metadata for the final wetland and riparian area database. This metadata will be formatted to meet the FGDC Metadata Guidelines, which work in conjunction with the ISO metadata standards (FGDC 2016). This sources sought shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the contractor submission of this sources sought or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this request. No contract will be awarded as a result of this announcement. Data submitted in response to this request will not be returned. The North American Classification System (NAICS) code for this acquisition is 541370-Surveying and Mapping (except Geophysical) Services, INSTRUCTION FOR SOURCES SOUGHT SUBMISSION: After review of this requirement, interested parties may submit a response in an electronic format only via email to jchamberlin@blm.gov no later than 27 March 2018 2:00PM MT. Electronic files shall be in Microsoft Word ® or Adobe Acrobat PDF ® format. Respondents shall include the following as part of their submission: a.A synopsis of the company's capabilities to provide comprehensive wetland mapping and LLWW Classification. Please include previous work. b.Indicate company ¿s capability to provide services in all 14 Western States or indicate specific states service will be provided c.DUNS Number d.Company Name e.Company Address f.Business size, SDVOSB, HUBZone, or Woman owned status, as validated via the System for Award Administration (SAM). All offers must register on the SAM located at http://www.SAM.gov g.Company point of contact, phone and email address. The information submitted should not exceed a total of 6 one-sided 8 ½ x 11 pages, with one inch margins, and font no smaller than 12 point. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation shall be published.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/140L0618R0024/listing.html)
 
Record
SN04845734-W 20180309/180307231332-8e94448c2f49b1975a006aaf8e79f979 (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.