The RFP Database
New business relationships start here

LLA - NRM Habitat Management Unit Base + 4


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

The US Army Corps of Engineers, Walla Walla District is seeking sources to provide personnel, materials, supplies, equipment, transportation, supervision and other items and services for the following: Under the Lower Snake River Fish and Wildlife Compensation Plan (Comp Plan), U.S. Army Corps of Engineers (Corps) managed federal lands on the lower Snake River, along with other lands purchased and leased in adjacent areas of southeast Washington would be developed and managed for terrestrial wildlife habitat [habitat management units (HMU)]. Presently, the Corps manages 84 HMUs encompassing over 50,000 acres (ac) from Lake Wallula on the lower Columbia River through the Snake River/Clearwater River confluence in Lewiston, ID.

Management of HMUs is split between the Clarkston, Washington, and Tri-Rivers, Burbank, Washington, Natural Resources Management (NRM) teams. The Clarkston NRM team is responsible for HMUs upriver from and including Lyon's Ferry on the west bank of the Palouse River. The Tri-Rivers NRM team manages HMUs downriver of Lyon's Ferry including those on the lower Columbia River in Lake Wallula.

The geographic range of items under this Statement of Work encompasses approximately 100 river miles and 18,000 acres of land managed by the Corps Clarkston NRM team. Work shall include, but is not limited to the following:

1. Planting and irrigating wildlife food plots
2. Establishing and maintaining shrub and tree plots
3. Removing invasive tree species such as Tree-of-Heaven and Russian olive
4. Removing invasive Himalayan blackberry and false Indigo shrubs
5. Installing new information kiosks
6. Placement of boulders for parking areas and trail boundaries
7. Removal of waterfowl hunting blinds
8. Fence repair/maintenance
9. Cleaning vault toilets
10. Removing and disposing of litter
11. Erecting and maintaining goose nesting tubs, brush pile structures, and gallinaceous guzzlers
12. Chemical and biological control of invasive and noxious weeds
13. Use of Geographical Information Systems to document weed and pest control activities
14. Operation and maintenance of irrigation systems
15. Custom mowing/swathing and agricultural bailing

The North American Industry Classification System (NAICS) code for this project is 712190 and the associated small business size standard is $8,000,000.00.

This is not a solicitation. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. Firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please do not respond to this notice unless you will be responding to the solicitation.

1) A capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this scope, magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel.

2) A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work for this requirement. Include a brief description of each project scope, schedule, and dollar value.

3) A statement or list of your firm's current or past performance similar to or the same as the summary scope of work.

4) A statement of your firm's business size and type (Large Business, Women Owned Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Small Business, etc.). IF YOUR FIRM IS A LARGE BUSINESS, please indicate the approximate percentage of the work that you would expect to subcontract to small business concerns.

5) Name of firm with address, phone and point of contact.

6) CAGE Code and DUNS number or a copy of your System for Award Management (SAM) information.

Andrew J. Sprys, Contract Specialist, Phone 509-527-7232, Email andrew.j.sprys@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP