Invasive Species/Rare Plants Vegetation Management Services
Agency: | AGRICULTURE, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159412605216857 |
Posted Date: | May 1, 2023 |
Due Date: | May 12, 2023 |
Solicitation No: | 1240LR23R0004 |
Source: | https://sam.gov/opp/37ce1b157b... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Presolicitation (Updated)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: May 01, 2023 10:20 am EDT
- Original Published Date: Apr 27, 2023 04:53 pm EDT
- Updated Response Date: May 12, 2023 02:30 pm EDT
- Original Response Date: May 12, 2023 02:30 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: F099 - NATURAL RESOURCES/CONSERVATION- OTHER
-
NAICS Code:
- 115310 - Support Activities for Forestry
-
Place of Performance:
Boise , ID 83709USA
The Contractor shall provide all labor, supervision, equipment, supplies, services, permits, and licenses necessary to survey, inventory, control, and monitor invasive species infestations and rare plant populations (see definition of ‘rare plant’ in section C.2 definitions) and provide mobilization and support services on the Boise NF, Caribou-Targhee NF and Curlew NG, Payette NF, Salmon-Challis NF, Sawtooth NF, and Challis and Salmon BLM Field Offices, (Southern Idaho Forests and Field Offices) during the period from the date of contract award through June 2028. Note that this contract would also cover the following Wilderness areas that are managed by the Idaho Forests and Field Offices: Cecil D. Andrus-White Clouds Wilderness, Frank Church-River of No Return Wilderness, Hemingway-Boulders Wilderness, Jedediah Smith Wilderness, Jim McClure-Jerry Peak Wilderness, Sawtooth Wilderness, and Winegar Wilderness. Likewise note that portions of the Caribou-Targhee NF fall within the state of Wyoming and portions of the Sawtooth NF fall within the state of Utah. Treatment in Wilderness areas and in other states require that Contractors be cognizant of and comply with the laws and regulations that govern activities solicited herein in states other than Idaho and in federally designated Wilderness areas.
Rare Plant and Invasive Plant Species Survey/Inventory and Monitoring Services:
The Contractor shall demonstrate expertise in the tasks associated with rare plants/invasive plants survey and inventory. The Contractor shall inventory for and map all rare plants and/or all Idaho State designated noxious and invasive weed species (Idaho Forests and Field Offices Invasive Species exhibit) and other invasive plant species as specified by the Task Order throughout the full extent of identified sites within work areas (see Sample Rare Plant Survey and Inventory Task Order). Survey, inventory, and monitoring work shall be completed as per specifications and requirements (reference individual Idaho Forests and Field Offices exhibits). Each unit may have one or more rare plant and/or noxious or invasive species included in the task order for survey, inventory, or monitoring. Initial species list for rare, invasive, and noxious weed species have been provided as an exhibit, but species may be added or removed from a unit’s list over the span of the IDIQ. These changes will be identified in individual Task Orders.
Invasive Species Treatment Services:
The Contractor shall demonstrate expertise with and comply with (a) Idaho Forests and Field Offices federal land management unit environmental protection design features and mitigation measures for management of invasives plant species specified in the relevant environmental analysis decision and (b) laws and regulations for the State in which the herbicides are applied.
Vegetation/Soil Monitoring Services:
Individual Task Orders for monitoring services may incorporate different protocols (e.g. nested frequency or point cover, etc.) and methods (e.g. belt transect vs. line intercept, etc.) for measuring vegetation and soil attributes (see Sample Task Order). Regardless of the protocol and methodology, the Contractor shall demonstrate expertise with and apply standard methods for quantitative monitoring of vegetation and soil. Vegetation attributes may include cover, density, frequency, age class, biomass, etc. Soil attributes may include soil type, soil moisture, soil erosion factors, etc.
Mobilization and Assistance Services:
Individual Task Orders for mobilization and assistance services would be specific to the scope of this contract and would pertain only to rare plant/invasive plant survey and inventory, invasive plant management, and vegetation/soil monitoring tasks. This service is not to be used solely for standard transportation services, which are outside the scope of this contract. Mobilization and assistance services would generally be requested from vendors already providing services under this contract for rare plant/invasive plant survey and inventory, invasive plant management, and vegetation/soil monitoring tasks.
THIS IS NOT A REQUEST FOR PROPOSAL. Therefore, solicitation packages will not be provided at this time. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government anticipates a solicitation to be available on beta.sam.gov (FBO) on/or about 1 June 2023; however, there is no guarantee or implication of a guarantee that this project will be solicited.
NOTE: To avoid a conflict of interest, any contractor proposing as a prime may not have a subcontractor who is also proposing as a prime.
All questions shall be in writing to the Contracting Officer listed below. Phone calls and personal visits for the purpose of discussing this solicitation with contracting/project management and/or engineering personnel are not allowed.
To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database; https://www.sam.gov/portal/public/SAM.
SUBMIT QUESTIONS ONLY TO: rebecca.martinez@usda.gov. NO phone questions will be honored.
Questions will be answered in writing and posted to a Questions and Answer document and posted to https://beta.sam.gov. Contractors are encouraged to view the Q&A document BEFORE sending in questions as it may already be answered.
- 324 25th ST
- Ogden , UT 844012310
- USA
- Becky Martinez
- rebecca.martinez@usda.gov
- Phone Number 2088031092
- May 01, 2023 10:20 am EDTPresolicitation (Updated)
- Apr 27, 2023 04:53 pm EDT Presolicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.