From: Federal Government(Federal)
Basic Details | Start Date09 May, 2022 (23 months ago)Due Date09 Jun, 2022 (22 months ago) |
Customer / Agency | |
SetAside | SBA(Total Small Business Set-Aside (FAR 19.5)) |
The U.S. Department of the Interior (DOI) Region 8 Lower Colorado Basin along with Lower Colorado River Multi-Species Conservation Program (LCR MSCP) has a requirement to develop an environmental monitoring station installation plan, an operations plan and a maintenance plan. After approval of the plans the contractor shall procure and install monitoring instrumentation, collect monitoring data, review and process the collected data, and transmit the collected data to DOI. The contractor is also responsible for obtaining permits, landowner clearances, developing an environmental compliance plan, a safety plan, and a quality control plan to support all the required tasks and activities.All monitoring instrumentation will be installed within the LCR MSCP Planning Area. All field work will take place at LCR MSCP conservation areas. Field work involves the installation and maintenance of instrumentation that will form the soil and groundwater monitoring network. Maintenance of previously
installed instrumentation will be required at the following LCR MSCP conservation areas:Beal Lake Conservation Area: located near Needles, CaliforniaYuma East Wetlands: located near Yuma, ArizonaHunters Hole: located near San Luis, ArizonaPalo Verde Ecological Reserve: located near Blythe, CaliforniaCibola National Wildlife Refuge Unit #1 Conservation Area: located near Blythe, CaliforniaCibola Valley Conservation Area: located near Blythe, CaliforniaDennis Underwood Conservation Area: located near Blythe, CaliforniaImperial Ponds Conservation Area: located near Yuma, ArizonaThree Fingers Lake: located near Blythe, CaliforniaInstallation of new monitoring stations may be required at the above conservation areas. Additional sites may be added through the award of additional task orders, but all will be located within the LCR MSCP planning area.This requirement is restricted as a 100% Small Business Set-Aside.The North American Industry Classification System (NAICS) Code assigned to this project is 541620, Environmental Consulting Services with a corresponding small business size standard of $16.5M.This acquisition will be procured in accordance with FAR Part 12 Acquisition of Commercial Products and Commercial Services, and FAR 13 Simplified Acquisition Procedures. The Government contemplates award of one firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a 5-year term ordering period.Registrations: In order to be awarded a contract an offeror must have a Unique Entity ID number, be registered and active in the System for Award Management (SAM),
http://www.sam.gov, and have completed their Online Representations and Certifications.Point of Contact: Kathy Berry, Contract Specialist, e-mail:
kberry@usbr.gov. All contractual technical questions must be submitted in writing via e-mail to:
kberry@usbr.gov. Telephone questions will not be accepted.