The RFP Database
New business relationships start here

Desert Tortoise Translocation, Monitoring, and Management in Support of the large-scale air ground task force


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT FOR SMALL BUSINESS CONCERNS ONLY. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP. The Government is seeking qualified SBA certified 8 (a); SBA certified HUBZone, Service Disabled Veteran Owned (SDVOSB), Small Business (SB), Women-owned Small Business (WOSB), Small Business Joint Venture (J/V), or SBA Mentor Protege, and/or any other Small Business concern that are certified by the Small Business Administration (SBA) relative to NAICS classification 541690 Scientific and Technical Consulting Services.
The applicable size standard is $15 million, average annual gross receipts for the preceding three fiscal years. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities and NECO. Responses to this sources sought are not an adequate response to the solicitation announcement. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.

The general scope of this requirement is a single award Firm-Fixed Price (FFP) Indefinite Quantity Indefinite Delivery (IDIQ) Environmental Service Contract.
The contract will cover requirements including annual desert tortoise clearances of training impact areas, survival monitoring of translocated, control, and recipient tortoises using radiotelemetry, health assessments, tortoise and human exclusion fencing construction and repair, holding facility construction and maintenance, tortoise husbandry, and tortoise field density analysis. The project will be located on Marine Corps Air Ground Combat Center (MCAGCC), Twentynine Palms, CA.

Background/History: The Marine Corps Air Ground Combat Center (MCAGCC), Twentynine Palms, CA, is a live-fire military training range located in Mojave Desert. The Department of Navy (DON) and United States Marine Corps (USMC) published an Environmental Impact Statement (DON 2012) and Record of Decision (DON 2013) for the Land Acquisition and Airspace Establishment to support Large-Scale Marine Corps Air Ground Task Force Live Fire and Maneuver Training at MCAGCC.
A Supplemental Environmental Impact Statement (DON 2017) and revised Biological Opinion for Land Acquisition and Airspace Establishment (8-8-11-F-65R, USFWS 2017) mandated the USMC to compensate for the significant impact this project will have on the federally-threatened Agassizbs desert tortoise (Gopherus agassizii). Part of this compensation is the annual translocation and monitoring of desert tortoises from the proposed high- and medium-impact areas in the acquired lands. Pre-translocation monitoring, initial translocation efforts, and post translocation monitoring occurred from 2014-2017 (and will continue through 2019) under commercial contract N62470-13-D-8016, Task Order FZ02.


Submission Requirements:

Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate file titled Sources Sought Information Form.
Total pages limited to six (6) single sided 8 B= x 11 pages for the Sources Sought Information form response and 2 single sided 8 B= x 11 pages for a cover letter.

Corporate/ Key Personnel Qualifications and Experience: Using the Sources Sought Information Form, The company/firm shall provide the following:

b" Up to six (6) pages listing key employees of both the contractor and any subcontractors and/or teaming partners, and their experience relative to the following services:
1.    Conducting desert tortoise 100% clearance surveys of large sites greater than 500 acres, and conducting radio-telemetry (including attaching and removing radio-transmitters) on a large number of adult desert tortoise across areas greater than 1,000 acres.
2.    Translocating a large number (>50) of adult and juvenile desert tortoise from one location to another in support of desert tortoise conservation.
3.    Constructing desert tortoise exclusion fence with a cumulative tortoise exclusion fence length of >5km across varied desert terrain.
4.    Constructing and maintaining desert tortoise holding facilities in support of desert tortoise translocation and/or head-starting.
5.    Performing health assessments on desert tortoise, including visual exams, drawing blood, and processing plasma for ELISA testing of Mycoplasma spp.
Exposure.

b" Evidence of required federal and state permits held, or listings as authorized individuals on said permits to capture, handle, weigh and measure desert tortoise and to conduct health assessments and radio-transmitter attachment and removal.

3) The Contract general scope of work will cover, at a minimum, the following tasks: Desert Tortoise clearances of training areas, radiotelemetric monitoring of translocated, control, and recipient tortoises, health assessments, tortoise and human exclusion fencing construction and repair, holding facility construction and maintenance, tortoise husbandry, and tortoise field density analysis. Describe the types of services your firm self-performs and how your firm would meet the limitations on subcontracting and self-perform at least 51% of the direct labor on a contract similar to the general scope of work.


4) Identify whether your firm is a SBA certified 8 (a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, Women-owned Small Business, Small Business Joint Venture (J/V), or SBA Mentor Protege, and/or any other Small Business concern. For more information on the definition or requirements for these, refer to http://www.sba.gov/.

5) Additional comments and/or concerns: Contractors/Firms are to address any additional comments and/or concerns regarding this project, or the requirements (i.e. experience, size, project scope, complexity, certificate of insurance, or Navy Commercial Access Control System / Rapid Gate to Defense Biometric Identification System (DBIDS) new requirements, etc.).

NOTE: LARGE BUSINESSES NEED NOT RESPOND.
THIS IS A SOURCES SOUGHT FOR SMALL BUSINESS CONCERNS ONLY.


Please respond to this SMALL BUSINESS sources sought announcement by 2:00 p.m. Thursday, August 24, 2017 to Naval Facilities Engineering Command Southwest, Central IPT, Attn: Elizabeth Johns, Contact Specialist, Code OPAA.EJ, 937 Harbor Drive, Building 1 / 3rd floor, Suite 323, San Diego, CA 92132, or Email responses directly to Elizabeth Johns at elizabeth.johns@navy.mil. Responses received after the deadline or without the required information may be considered unacceptable and may not be considered. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests.
Respondents will not be notified of the results of the evaluation. However, NAVFAC-SW will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Joint Ventures (J/V), and/or Mentor-Protege (MP), or any other Small Business concerns, the acquisition may be solicited on a stand-alone, full and open, unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants.

All NAVFAC Southwest solicitations are posted on www.neco.navy.mil beginning with N62473.
See Attached Sources Sought Informational Form.

Elizabeth Johns, Contract Specialist, 619-532-1009, or Melita D. Orpilla, Contacting Officer, 619-532-4153

elizabeth.johns@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP