Avian Data Support for the Department of Defense
ID: W912HZ25Q2235Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 USA ENGR R AND D CTRVICKSBURG, MS, 39180-6199, USA

NAICS

Environment, Conservation and Wildlife Organizations (813312)

PSC

NATURAL RESOURCES AND ENVIRONMENT R&D SERVICES; CONSERVATION AND LAND MANAGEMENT; APPLIED RESEARCH (AH22)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers' Engineer Research and Development Center, is seeking to negotiate a sole source contract with Duran Environmental Consulting, LLC for Avian Data Support services. The primary objective of this procurement is to provide non-personal services to organize and maintain training for the Avian Knowledge Network (AKN), which is mandated for use across all military services to support informed decision-making regarding species health and conservation measures. Interested parties are invited to submit capability statements, including pricing, by 2:00 PM Central Time on March 21, 2025, to the designated contacts, Crystal North and Sonia Boyd, via email. There are no set-aside restrictions for this opportunity, and the procurement falls under NAICS code 813312 with a small business size standard of $19.5 million.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Ecological Services Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is seeking proposals for an Ecological Services Blanket Purchase Agreement. This procurement aims to secure professional consulting services in the field of ecological and environmental support, categorized under NAICS code 541690, which encompasses other scientific and technical consulting services. The services are crucial for ensuring compliance with environmental regulations and enhancing ecological sustainability in military operations. Interested small businesses are encouraged to participate, as this opportunity is set aside exclusively for total small business participation, in accordance with FAR 19.5. For further inquiries, potential bidders can contact Kirk Middleton at kirk.a.middleton@usace.army.mil or Alexandria Duckett at alexandria.d.duckett@usace.army.mil, with phone support available at 901-544-0786 and 901-544-3614, respectively.
    Falconry Services at MCRD San Diego, CA.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is seeking qualified contractors to provide falconry services at the Marine Corps Recruit Depot (MCRD) in San Diego, California. The procurement involves managing nuisance wildlife, specifically seagulls, through bird hazing activities, requiring contractors to supply all necessary labor, materials, equipment, and transportation as outlined in the Performance Work Statement. This initiative is crucial for maintaining a safe training environment by effectively managing wildlife interactions at the facility. Proposals are due by March 25, 2025, with the contract set to begin on April 1, 2025, and lasting for five years, including four optional extension periods. Interested parties should direct inquiries to Veolette Nasrawi or Gina Watson via the provided email addresses.
    Environmental Consulting Services Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is soliciting proposals for Environmental Consulting Services under an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This procurement is set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to secure environmental consulting services that are critical for various defense-related projects and compliance with environmental regulations. Interested firms should note that Amendment 0002 has been issued, and they can reach out to Kyla Couch at kyla.m.couch@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil for further inquiries. The NAICS code for this opportunity is 541620, and the PSC code is F999.
    F--099 All Other Professional, Scientific, and Technical Service
    Buyer not available
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for natural resource services at various locations within Naval Facilities Engineering Command, Southwest's area of responsibility. The services include biomonitoring, inventorying, surveying, mapping, and related technical data and reports in compliance with applicable Department of Defense, Department of Navy, and federal, state, and local statutes and regulations. The procurement is a 100% Small Business set-aside with the intent to award no more than four Firm-Fixed Price, multiple award contracts. The contracts will be for a two-year base period and a three-year option period, with a minimum guarantee of $5,000. The aggregate value of task orders issued under the contracts will not exceed $30,000,000. The solicitation will be available electronically and the issue date is expected to be on or about March 19, 2019, with a closing date for receipt of proposals on April 18, 2019. The primary contact for this solicitation is Penny Brown, Contract Specialist.
    Crow Creek Stewardship
    Buyer not available
    The U.S. Army Corps of Engineers, Omaha District, intends to award a Firm-Fixed Price contract to the Crow Creek Sioux Tribe for the improvement of wildlife habitat on lands associated with the Big Bend Project in Fort Thompson, South Dakota. This service contract will involve the provision of labor, services, and equipment necessary for habitat enhancement, emphasizing the importance of conservation efforts in the region. The acquisition is being conducted as a sole source action under the authority of 10 U.S.C 2304(c)(1), with no solicitation being posted; interested parties must provide evidence of competitive advantage by 2 PM CDT on March 25, 2025, to be considered. For inquiries, contact Casey M. Barber at casey.m.barber@usace.army.mil.
    Notice of Intent to Sole Source to Reed-Joseph International Company
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to issue a sole source procurement action to Reed-Joseph International Company for the maintenance and servicing of the Scare Wars Radio Controlled Bird Deterrent System at Vandenberg Space Force Base in California. This procurement is necessary as market research indicates that Reed-Joseph International is the only contractor qualified to meet the specific maintenance requirements for this system, which is crucial for effective bird deterrence operations. Interested firms that believe they can provide equivalent services are invited to submit an interest letter demonstrating their capabilities by March 18, 2025, at 1300 PDT, with inquiries directed to Contracting Officer Chris Hummel or Contracting Specialist Paul Baraldi via their respective emails.
    OSC Environmental Due Diligence Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking information from potential vendors to provide Environmental Due Diligence Services for the Office of the Under Secretary of Defense (OUSD) Research and Engineering. The procurement aims to gather capabilities and interest from firms, particularly small businesses, to support environmental assessments, compliance with regulations, and the development of mitigation strategies over a five-year period, with an estimated contract value between $35 million and $75 million. These services are crucial for ensuring environmental integrity and compliance throughout project lifecycles, as they involve tasks such as risk analysis, legal advice on compliance, and stakeholder engagement. Interested firms must submit a capabilities statement by March 25, 2025, to Lamont Joy at darrell.l.joy2.civ@mail.mil, detailing their relevant experience and qualifications.
    Architect Engineer Support to Mobile District Planning and Environmental Division
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified small businesses to provide Architect-Engineer (AE) services for the Planning and Environmental Division. The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for services that include the preparation of master plans for military and civil facilities, with a focus on NEPA compliance, biological evaluations, and public involvement coordination. This opportunity is crucial for ensuring effective planning and environmental management in military operations, and interested firms must demonstrate relevant experience and capabilities, particularly in Military Master Planning. Submissions are due by March 17, 2025, and must be sent via email to the designated contacts, Jeffrey Donaldson and Elizabeth Trimble, for further inquiries.
    Architect-Engineer (A-E) Environmental Services Indefinite Delivery Contract (IDC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking qualified architect-engineer firms for an Indefinite Delivery Contract (IDC) focused on environmental services. The procurement aims to secure engineering services under NAICS code 541330, which encompasses a range of environmental assessments and related activities essential for military operations and infrastructure. These services are critical for ensuring compliance with environmental regulations and supporting sustainable practices within defense projects. Interested firms should contact Joshua Hope at JOSHUA.D.HOPE@USACE.ARMY.MIL or Robert Reed at robert.e.reed@usace.army.mil for further details regarding the submission of qualifications and any upcoming deadlines.
    P&P AE GEN III MATOC Capacity Increase
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Engineering and Support Center in Huntsville, is seeking to increase the capacity of its Planning and Programming (P&P) Branch's Indefinite Delivery Contracts (IDCs) for Architectural and Engineering Services. The objective is to raise the shared contract capacity from $160 million to $258 million to support ongoing operations, with a focus on providing technical support for facility management and planning for the Department of Defense and other government entities. This procurement is critical for ensuring continued support in areas such as master planning, engineering analyses, and environmental documentation, although it excludes full design and construction services. Interested parties must submit their qualifications and capabilities via email to Coronica L. Maehew by 4 p.m. Central Time on March 24, 2025, as this notice is not a request for competitive proposals.