LLA - NRM Habitat Management Unit Base + 4

expired opportunity(Expired)
From: Federal Government(Federal)
W912EF20RSS03

Basic Details

started - 04 Oct, 2019 (about 4 years ago)

Start Date

04 Oct, 2019 (about 4 years ago)
due - 31 Oct, 2019 (about 4 years ago)

Due Date

31 Oct, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W912EF20RSS03

Identifier

W912EF20RSS03
Department of the Army

Customer / Agency

DEPT OF DEFENSE (707822)DEPT OF THE ARMY (132962)USACE (38064)NWD (6914)US ARMY ENGINEER DISTRICT WALLA WAL (1151)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 plots2. Establishing and maintaining shrub and tree plots3. Removing invasive tree species such as Tree-of-Heaven and Russian olive4. Removing invasive Himalayan blackberry and false Indigo shrubs5. Installing new information kiosks6. Placement of boulders for parking areas and trail boundaries7. Removal of waterfowl hunting blinds8. Fence repair/maintenance9. Cleaning vault toilets10. Removing and disposing of litter11. Erecting and maintaining goose nesting tubs, brush pile structures, and gallinaceous guzzlers12. Chemical and biological control of invasive and noxious weeds13. Use of Geographical Information Systems to document weed and pest control activities14. Operation and maintenance of irrigation systems15. Custom mowing/swathing and agricultural bailingThe 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.

Lower Granite Natural Resources 100 Fair Street Clarkston,    Washington    99403-1943 United StatesLocation

Place Of Performance : Lower Granite Natural Resources 100 Fair Street

Country : United States

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

712 -- Museums, Historical Sites, and Similar Institutions/712190 -- Nature Parks and Other Similar Institutions
naicsCode 712190Nature Parks and Other Similar Institutions
pscCode FWater Quality Support Services