Federal Bid

Last Updated on 11 Jul 2017 at 8 AM
Combined Synopsis/Solicitation
San francisco California

Sonoma Baylands Wetland Demonstration Project, 2017 Salt Marsh Harvest Mouse Habitat Assessment

Solicitation ID W912P7-17-Q-0004
Posted Date 12 Jun 2017 at 10 PM
Archive Date 11 Jul 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location San francisco California United states

 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 dated 19 Jan 2017. This requirement is being solicited as small business set-aside competition. The North American Industry Classification System (NAICS) code is 541620, the business size standard is $15.0 Million. The Product Service Code (PSC) is B509. The basis of award will be lowest priced offeror meeting the capability to meet the requirement. The Government will award a purchase order resulting from this solicitation to the responsible offeror, whose offeror conforms to the solicitation. The Service Contract Act is applicable to this action. Applicable wage rates for location will be included.

Project Information:

The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform monitoring services as defined in the Scope of Work. (See attached)

The Sonoma Baylands Wetland Demonstration Project is a 348 acre tidal marsh restoration project in Sonoma County, California, constructed by the U.S. Army Corps of Engineers (USACE), San Francisco District in partnership with the California State Coastal Conservancy (SCC). The project includes a 29 acre pilot unit, which was exposed to tidal action on January 24, 1996, and a 260 acre main unit exposed to tidal action on October 25, 1996. The USACE is monitoring a variety of physical and biological parameters in accordance with the site monitoring and adaptive management plan to provide information on the development of the project.
The 2017 monitoring effort will be focused on habitat assessment for the salt marsh harvest mouse. The project success criterion for salt marsh harvest mouse habitat is to have created a minimum of 28 acres of suitable habitat. Suitable habitat is defined in the monitoring plan as "Contiguous areas of at least five acres with a minimum of 80% coverage by pickle weed having an average height of at least 40 cm at the summer maximum of growth. These areas shall have an overall cover of 100% with a complexity of native halophytes in the form of fathen (Atriplex triangularis or patula) and/or alkali heath (Frankenia salina), but not invasive nonnative plant species such as peppergrass (Lepidium latifolium)."

The following provisions apply to this RFQ: FAR 52.212-1 Instructions to Offerors - Commercial and FAR 52.212-3, Offeror Representations and Certifications- Commercial Items. Note: 52.212-3 shall be completed in the offerors System for Award Management (SAM) record. All interested parties MUST be registered in SAM in order to receive a contract award. If you are not registered with SAM, you may contact the SAM Help Desk at 1-866-606-8220 or register on-line at http://www.sam.gov.

The following clauses apply to this RFQ and resulting contract: FAR 52.203-17 - Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights, FAR 52.222-41 - Service Contract Act of 1965, FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires, FAR 52.222-55 - Minimum Wages Under Executive Order 13658, FAR 52.223-10 - Waste Reduction Program, FAR 52.223-11 - Ozone-Depleting Substances, FAR 52.223-15 - Energy Efficiency in Energy-Consuming Products, FAR 52.212-4 - Contract Terms and Conditions-Commercial Items, FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, 52.232-39 - Unenforceability of Unauthorized Obligations, 52.233-4 - Applicable Law for Breach of Contract Claim; 52.237-2- Protection of Government Building , Equipment, and Vegetation, DFARS 252.201-700 Contracting Officer's Representative, 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials, 252.203-7003 - Agency Office of the Inspector General, 252.203-7005 -Representation Relating to Compensation of Former DoD Officials, 252.204-7004 - Alternate A, System for Award,252.204-7012 - Safeguarding of Unclassified Controlled Technical Information, 252.211-7003 - Item Unique Identification and Valuation, 252.225-7036 - Buy American-Free Trade Agreements-Balance of Payments Program, 252.232-7003 - Electronic Submission of Payment Requests, 252.247-7024 -, Notification of Transportation of Supplies by Sea


Submission Requirement:

Offeror's having the capabilities to perform this work must submit their price quote and their capability statement and three (3) Past Performance Questionnaire (PPQ) from similar work within the last five (5) years.

Quotes are to be received electronically no later than 1500 hours Pacific Standard Time on Monday, 26 June 2017. (Your E-mail submission must be checked and determined to be "virus-free" prior to submission). The Government requires your quote remain valid for 60 calendar days from date of submission.

Quotes, and any questions regarding this synopsis/solicitation, shall be submitted by e-mail to Mr. Roberto Escobedo, at [email protected] or telephone number (415) 503.6949.


PLEASE COMPLETE THE FOLLOWING:
Name of Business:_________________________
Registered in SAM:_____ YES _____NO
CAGE Code:_____________________________
DUNS Number:___________________________
Tax ID Number:___________________________
Contact Information (Point of Contact Name, Address, Phone, Fax &
Email):__________________________________________________________
________________________________________________________________
________________________________________________________________
________________________________________________________________
__________________________________________

Bid Protests Not Available

Similar Past Bids

San francisco California 06 Apr 2017 at 5 PM
Palo alto California 30 Aug 2019 at 12 AM

Similar Opportunities