Bat Survey and Monitoring
ID: M00263JT0003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALPARRIS ISLAND, SC, 29905-9001, USA

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- WILDLIFE (B534)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to conduct bat surveys and monitoring at the Marine Corps Recruit Depot Parris Island (MCRDPI) in South Carolina. The primary objective of this procurement is to identify bat species, assess their habitats, and develop management plans to ensure compliance with the Endangered Species Act (ESA), while also enhancing data collection on bat demographics and spatial ecology. This initiative is crucial for managing natural resources around the recruit training mission, preventing human-bat conflicts, and protecting military training activities. Interested parties can contact Sgt. Jaydian Toomin at jaydian.toomin@usmc.mil or 843-228-2157 for further details, with the project scheduled to run from April 2025 to April 2030, culminating in a comprehensive final report by April 2026.

    Point(s) of Contact
    Sgt Jaydian Toomin
    (843) 228-2157
    (843) 228-2163
    jaydian.toomin@usmc.mil
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for conducting bat surveys and monitoring at the Marine Corps Recruit Depot Parris Island (MCRDPI) in South Carolina. The Natural Resources Section (NRS) of the Environmental Division seeks to identify bat species, assess their habitats, and develop management plans. This initiative supports compliance with the Endangered Species Act (ESA) by facilitating the identification and management of sensitive, listed, and proposed bat species. The project aims to enhance data collection regarding bat demographics and spatial ecology, which will aid in managing natural resources around the recruit training mission. Updated survey techniques, including acoustic monitoring, are to be employed alongside traditional methods. The contractor will develop a survey protocol, conduct surveys, and submit reports to both the NRS and the U.S. Fish and Wildlife Service (USFWS) as required. Key deliverables include a comprehensive final report with management strategies and GIS data by April 2026. The project duration lasts from April 2025 to April 2030, with specific milestones targeting survey planning, data collection, and analysis. By addressing these tasks, MCRDPI aims to prevent human-bat conflicts, ensure environmental compliance, and protect military training activities while adopting adaptive management strategies for bat populations and their habitats.
    Lifecycle
    Title
    Type
    Bat Survey and Monitoring
    Currently viewing
    Sources Sought
    Similar Opportunities
    Bat Survey Monitoring
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Bat Survey Monitoring contract through the W6QM MICC-FT Drum office. The objective of this procurement is to conduct comprehensive monitoring of bat populations, which is crucial for environmental assessments and compliance with wildlife protection regulations. This opportunity falls under the NAICS code 541690, indicating a focus on Other Scientific and Technical Consulting Services, and is categorized under PSC code F999 for Other Environmental Services. Interested parties can reach out to Kayla Rogers at kayla.m.rogers14.civ@army.mil or by phone at 315-722-2342, or Jeffery Frans at jeffery.l.frans.civ@army.mil or 315-772-2439 for further details.
    MARINE AND BIOLOGICAL RESOURCES MONITORING AND PROGRAM MGMT SVCS at Various Locations - Naval Facilities Engineering Commands Atlantic and Pacific area of Responsibility Worldwide
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Marine and Biological Resources Monitoring and Program Management Services across various locations worldwide. The contract, which has a maximum value of $75 million and a duration of up to five years, aims to conduct essential research and monitoring activities on marine species, including marine mammals and sea turtles, to ensure compliance with environmental regulations such as the Marine Mammal Protection Act and the Endangered Species Act. This opportunity underscores the Navy's commitment to environmental stewardship and the importance of thorough data management and reporting in marine resource management. Interested contractors should contact Nicole Smith at 757-322-4649 or via email at Nicole.smith100.civ@us.navy.mil for further details and to submit their proposals.
    Fernan Ranger Station Bat Remediation
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Fernan Ranger Station Bat Remediation project in Coeur d'Alene, Idaho. The objective of this procurement is to address a bat infestation in building 2232 by installing one-way access devices for bat eviction, sealing potential access points, and sanitizing contaminated areas, including the removal of guano and insulation replacement. This project is crucial for maintaining workplace safety and adhering to environmental protections for the protected Myotis lucifugus species, with work scheduled to occur between March 10 and April 18, 2025. Interested small businesses must submit their technical proposals and relevant documentation by February 21, 2025, at 3:00 PM EST, and can contact Shawn Trout at shawn.trout@usda.gov or 802-613-7644 for further information.
    Y--P398 Range Improvements and Modernization Marine Corps Recruit Depot, Parris Island, South Carolina
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking construction services for range safety improvements and modification at MCRD Parris Island, South Carolina. The project involves demolishing the existing firing range and constructing a new one, including new impact berm, target berm and butt, side safety berm, paved firing lines, roads, irrigation system, signage, and other facilities. The new facilities will include a Butts Control Building, Target Storage Buildings, small Heads, and a large Male and Female Head. Additional site improvements include a parking lot, access roads, water and sewer systems, storm water management, and power and communications distribution systems. The project also includes allowances for ordinance scanning and potential ordinance removals.
    IR DEMO Package FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for the demolition of 53 facilities at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River in North Carolina. The selected contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to complete the demolition, ensuring compliance with Environmental Protection Agency certifications and managing any utility damages incurred during the project. This procurement is particularly focused on small businesses, including HUB Zone and Service-Disabled Veteran Owned Small Businesses, with a Firm-Fixed Price contract expected to span a base period of 365 days. Interested parties must submit their capability statements by December 15, 2024, via email, with the official solicitation anticipated to be available on sam.gov on or after February 23, 2025. For further inquiries, contact Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    Multiple Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Base-wide Multiple Services contract at Marine Corps Base Camp Lejeune, North Carolina. This procurement aims to secure comprehensive facilities support services, including labor, management, and maintenance, under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) structure, with a base period of one year and four optional years. The services are critical for maintaining operational readiness and compliance with safety standards across military facilities, reflecting the government's commitment to effective resource management. Interested small businesses must submit their proposals by 2:30 PM EST on March 10, 2025, and can direct inquiries to Donna Mason at donna.l.mason31.civ@us.navy.mil or by phone at 910-451-2582.
    PR-PR -Security and Surveillance of the Puerto Ric
    Buyer not available
    The U.S. Department of the Interior, through the Fish and Wildlife Service, is soliciting proposals for security and surveillance services at the Maricao Fish Hatchery in Puerto Rico, specifically aimed at protecting the endangered Puerto Rican parrot population. The contractor will be responsible for providing armed security personnel to prevent theft and vandalism, particularly during nighttime hours from 4:00 PM to 7:00 AM, and will conduct regular inspections and access monitoring. This contract, which spans one base year with four optional renewal years, underscores the government's commitment to wildlife conservation and the protection of endangered species. Interested vendors must submit their offers by February 24, 2025, and can contact Merenica Banks at merenicabanks@fws.gov for further information.
    Landfill Closure Phase III
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the Landfill Closure Phase III project at Marine Corps Base Camp Lejeune, North Carolina. This project involves the final cap closure of the Piney Green Landfill, with an estimated contract value between $1 million and $5 million, and a completion timeline of 270 days post-award. The procurement is particularly significant for environmental management, as it aims to ensure compliance with safety and engineering standards while adhering to regulations such as the Davis-Bacon Act and the Buy American Act. Proposals are due by February 18, 2025, and interested contractors can reach out to Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further inquiries.
    License Plate Maintenance Contract MCAS Beaufort
    Buyer not available
    The Department of Defense, through the Commanding General of the Department of the Navy, is soliciting proposals for a License Plate Maintenance Contract at Marine Corps Air Station Beaufort, South Carolina. This contract, identified by solicitation number M6700125Q1009, encompasses the maintenance and repair of an Automatic License Plate Recognition (ALPR) system, including six cameras and five modems, ensuring their operational efficiency for vehicle entry processing. The selected contractor will be responsible for remote monitoring, prompt maintenance, and adherence to security protocols, with a focus on minimizing downtime and ensuring compliance with local databases. Interested contractors should contact Patrick Kelley at patrick.kelley.civ@usmc.mil or Tammie Cassell at tammila.cassell@usmc.mil for further details, and must ensure all personnel have base access as part of the contract requirements.
    Dredge Material Containment Area (DMCA) and Bird Island Mowing and Herbicide for Savannah and Brunswick Harbors.
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is seeking qualified small businesses for a contract involving the Dredge Material Containment Area (DMCA) and Bird Island mowing and herbicide application for Savannah and Brunswick Harbors in Georgia and South Carolina. The contractor will be responsible for providing all necessary labor, equipment, and materials to perform full mowing and herbicide application in designated areas, with the contract structured as a Firm Fixed Price Award over a five-year period, including one six-month option. This procurement is critical for maintaining the environmental health of the harbors and ensuring compliance with land management practices. Interested parties should prepare for the anticipated solicitation release on or about February 18, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Amy L. Collins at Amy.L.Collins@usace.army.mil or Nathan A. Aylesworth at Nathan.A.Aylesworth@usace.army.mil.