This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, ¿Streamlined Procedures for Evaluation and Solicitation for Commercial Items,¿ as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.
This solicitation is a for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03.
The associated North American Industrial Classification System (NAICS) code for this procurement is 114210 with a small business size standard of $7.5M.
All interested companies shall provide a quotation for the following:
2023 CAHA Predator Management ¿Cape Hatteras National Seashore (CAHA)
1. Background. The National Park Service at Cape Hatteras National Seashore (CAHA) is requesting contracted wildlife trapping and disposal services for purposes of the protection of species of concern such as federally threatened and endangered shorebirds and sea turtles. The trapping services will be carried out along the seashore from Nags Head to Ocracoke Island, North Carolina. The selected Contractor will have demonstrated trapping experience and experience working in sensitive environments such as national parks where discretion during trapping efforts is required to minimize impacts to visitor use and experience. Protection of non-target species will be necessary.
Coastal species of concern include: sea turtles (green sea turtle, Kemp¿s ridley sea turtle, leatherback sea turtle, loggerhead sea turtle) and shorebirds (American oystercatcher, black skimmer, common tern, gull billed tern, least tern, piping plover, red knot, roseate tern, snowy plover, Wilson¿s plover. Most of these coastal species of concern are federally listed as endangered or threatened under the Endangered Species Act (ESA) of 1973, as amended. Additionally, several of these species are included on state species of concern lists and are protected by other laws or regulations, such as the Migratory Bird Treaty Act (MBTA).
The information developed under this Contract is the property of the U.S. government and shall be kept in confidence. All discussions, meetings, miscellaneous requests, reports, transfers of information, etc., shall be coordinated between the Contractor's Project Manager and the Park's Contracting Officer¿s Representative (COR). The Contractor¿s Project Manager shall identify alternates or additional personnel as deemed necessary for the implementation of the project. The COR does not have the authority to issue changes to the contract, order additional work, increase or decrease the price of work, or alter the period of performance. All such changes must be accomplished through formal written orders or contract modifications issued by the Contracting Officer (CO).
I. Services to be Performed
The Contractor shall provide traps, bait, equipment for humanely euthanizing wildlife, and a 4x4 vehicle to access trapping locations along ORV routes within the Seashore. The NPS can provide a limited number of traps and signage. In addition, the NPS may provide space in shared housing (if requested) for trapping efforts carried out on Ocracoke Island.
The work is planned for a 7-month period. Due to the short amount of time between now and the beginning of sea turtle and shorebird nesting season, the Contractor will be expected to begin trapping work within 10 days of contract award.
The mission of the National Park Service is to preserve and protect special places and allow for the future enjoyment of these locations by future generations. This work will take place on public lands that are utilized for various types of recreation, as such Contract work shall not interfere with visitor access or recreation on the Seashore. If species of concern are encountered or impacted during implementation of this contract, the Contractor will stop work and contact the CO immediately.
Task 1 - Implementing wildlife trapping. The expectations for work under this task include: collection of wildlife information from the Seashore via on-site scouting and through coordination with CAHA Biological Science Technicians for purposes of documenting mammalian (coyote, feral cat, gray fox, nutria, mink, Virginia opossum, raccoon, red fox) predator sign; scouting-informed and discrete placement of approved traps, coupled with signs warning visitors and staff of the presence of wildlife traps; checking of open traps as soon as is practicable the day following set (i.e. before 10am), and; humanely euthanizing and disposal of captured wildlife. Wildlife can be disposed of off-site according to local regulations or, within predetermined areas of the Seashore where wildlife can be disposed of following coordination with field staff.
Once areas are identified with high predator activity, traps shall be placed by the Contractor discretely around the area such that they are not visible to visitors, with particular attention paid in areas of high visitor use such as Cape Point, South Point and Coquina Beach. The area around traps should be signed (NPS can provide signage) to that if visitors or staff do come close to traps, they are informed to avoid the area.
The Contractor shall only utilize approved tools and methods as has been included in the park¿s National Environmental Policy Act compliance. The specific lethal control tools and methods that have been approved for use within CAHA include: foothold traps; snares; walkin cage traps; dog-proof traps; box, cage, and corral traps; shooting; euthanasia via carbon dioxide gas, toxicant DRC-1339 specific to avian predators, and manual removal and Fripp traps specific to ghost crabs.
The Contractor will schedule and facilitate a planning and logistics meeting with park staff within 7 days following contract award. The meeting can be held virtually via teams, or in person at CAHA¿s Bodie Island offices.
Bi-weekly updates in the form of progress reports and an end of contract summary shall be provided to park staff. Reporting can be as simple as a table with capture totals and a short narrative about any problems, favorable or unusual developments, but should minimally include a summary of overall progress for the reporting period such as:
Days of trapping.
Number and types of traps used.
Locations of traps.
Number and species of capture (including incidental take of non-target species).
Indication of any problems, favorable or unusual developments.
Deliverable: Schedule and facilitate a planning meeting with park staff within 7 days following contract award.
Deliverable: (a) begin trapping work within 10 calendar days following contract award, (b) successfully scout for and trap in identified areas with high predator activity, humanely euthanize and appropriately dispose of wildlife carcasses over a 7-month period.
Deliverable: Provide bi-weekly updates. Provide end of contract summary report.
Award shall be made to the quoter whose quotation the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: meeting or exceeding the requirement, past performance, technical capability, and price.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
1. FAR 52.212-1, ¿Instructions to Offerors¿Commercial Items¿
2. FAR 52.212-2, ¿Evaluation ¿ Commercial Items¿
3. FAR 52.212-3, ¿Offerors Representations and Certifications¿Commercial Items¿
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, ¿Offerors Representations and Certifications¿Commercial Items.¿
The following contract clauses apply to this acquisition:
¿ FAR 52.212-4, ¿Contract Terms and Conditions¿Commercial Items¿
¿ FAR 52.212-5, ¿Contract Terms and Conditions Required to Implement Statutes or Executive Orders¿
The following subparagraphs of FAR 52.212-5 are applicable:
52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-13, 52.225-13, 52.232-34.
Refer to attachment for additional contract clauses.
All quoters shall submit the following: Price quote and past performance form, Relevant Experience form.
All quotations, shall be emailed to William_leady@nps.gov
This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).
Quoter shall provide lump sum pricing for base and each option (2). In addition, provide a total for base and options.
Submission shall be received not later than March 17, 2023 at 1700 E.D.T. All submissions shall be emailed to William_leady@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the William Leady via email at William_leady@nps.gov.
Point of Contact
William Leady via email at William_leady@nps.gov