The RFP Database
New business relationships start here

Operation and Maintenance of Federally Mandated Wildlife Habitat at Lake Sacajawea, Lake Herbert G. West and Lake Wallula.


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

The United States Army Corps of Engineers (USACE) Walla Walla District is issuing a solicitation entitled Operation and Maintenance of Federally Mandated Wildlife Habitat at Lake Sacajawea, Lake Herbert G. West and Lake Wallula.

The resulting contract will be consisting of a base period of one (1) year and four (4) option periods not to exceed one (1) year each. The NAICS code for this procurement is 712190 Nature Parks and Other Similar Institutions with a small business size standard of $7.5 million in average annual receipts.


Summary of Performance Work Schedule:


Primary, assignments will be located within the States of Washington, and Oregon. The geographic range of services extends approximately 90 river miles, and encompasses roughly 20,000 acres of land managed by the U.S. Army Corps of Engineers.


Offerors must be capable of performing services necessary to monitor, operate, maintain, and treat public facilities and lands. This includes public-use facilities, operational facilities and equipment on lands and waters of the Snake and Columbia Rivers.


Services required include, but not be limited to, aspects of the operation and maintenance of wildlife Habitat Management Units (HMUs) managed by Lower Granite Natural Resources, specific to the following:


1. Work shall include planting and irrigating wildlife food plots;
2. Establishing and maintaining wildlife shrubs and trees; eliminate non native foliage such as Tree-of-Heaven and Russian olive trees, as well as Blackberry and Indigo shrubs;
3. Fence repair;
4. Removing and disposing of litter;
6. Erecting and maintaining goose tubs, quail roosts, and gallinaceous guzzlers;
7. Chemical and cultural control of invasive and noxious weeds; insect pest control;
8. Operation and maintenance of irrigation systems;
9. Custom mowing/swathing and agricultural bailing.



Solicitation Number W912EF-16-R-0016 will be posted to the FBO website on or about June 3, 2016. The solicitation will be a Request for Proposal using the Best Value-Tradeoff method. Evaluation factors will be contained in the solicitation. Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. The solicitation is set aside for small business concerns.

NOTICE::: The solicitation is 100% set aside for Small Business Concerns  NOT EDWOSB.  A true Amendment to the solicitation is forthcoming. 

An organized site visit has been scheduled for 14 June 2016 at 0900 (Pacific Time), See solitication for further details.

When released, the solicitation documents for this project will be available via www.fbo.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Prospective offerors are responsible for checking for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for a bidder's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you must log in to www.fbo.gov and add the solicitation to your quote mark Watchlist quote mark . If you would like to list your firm so others can see you are an interested vendor, you must click the quote mark Add Me To Interested Vendors quote mark button in the listing for this solicitation on www.fbo.gov.


Important Note: The FBO response date listed elsewhere in this synopsis is for FBO archive purposes only. It does not necessarily reflect the actual offer due date. The offer due date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately 2 weeks after the solicitation is made available to offerors. See solicitation for details about the site visit.


ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to Mary.M.Vansickle@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.


Mary M. Van Sickle, Contract Specialist, Phone 5095277204, Email mary.m.vansickle@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP