Third Party Science Neutral (TPSN) and Independent Science Advisory Panel (ISAP) for the Missouri River Recovery Program (MRRP)
ID: 959006-25-R-0005Type: Combined Synopsis/Solicitation
Overview

Buyer

MORRIS K UDALL SCHOLARSHIP AND EXCELLENCE IN NATIONAL ENVIRONMENTAL POLICY FOUNDATIONMORRIS K UDALL SCHOLARSHIP AND EXCELLENCE IN NATIONAL ENVIRONMENTAL POLICY FOUNDATIONMORRIS K UDALL FOUND US INSTTUCSON, AZ, 85701, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Morris K. Udall Scholarship and Excellence in National Environmental Policy Foundation is soliciting quotations for Third Party Science Neutral (TPSN) and Independent Science Advisory Panel (ISAP) services to support the Missouri River Recovery Implementation Committee (MRRIC). The primary objective of this procurement is to provide independent scientific review and recommendations across natural and social sciences to aid decision-making for the Missouri River Recovery Program (MRRP). This initiative is crucial for enhancing environmental oversight and facilitating collaborative, science-based decision-making regarding the ecological recovery of the Missouri River and its tributaries. Interested parties must submit their quotes by March 24, 2025, with a total contract value of $430,000 for a one-year base period and four optional renewal years. For further inquiries, contact Terri L. Harrison at harrison@udall.gov or Crystal Janes at janes@udall.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines the Offeror Representations and Certifications for contracts involving commercial products and services. It details the requirements for offerors to provide specific representations related to their status as small businesses, veteran-owned enterprises, and other classifications. Key definitions are included, such as "economically disadvantaged women-owned small business" and "service-disabled veteran-owned small business," along with criteria for compliance with various federal regulations, including the Buy American Act and prohibitions regarding telecommunications equipment. Offerors need to verify their eligibility through the System for Award Management (SAM) and provide documentation on their ownership structure, tax liabilities, and compliance with labor standards. The provision outlines necessary representations regarding child labor, restricted operations in Sudan, and certifications concerning lobbying activities and tax liabilities. The document serves to ensure transparency, compliance, and ethical conduct from businesses seeking federal contracts, promoting participation of diverse and disadvantaged groups while adhering to legal frameworks. It plays a crucial role in government procurement processes, emphasizing the importance of maintaining integrity and accountability among contractors.
    The document outlines the pricing proposal for the Missouri River Recovery Implementation Committee's (MRRIC) Third-Party Science Neutral (TPSN) Independent Science Advisory Panel (ISAP) Services as specified in RFP # 959006-25-R-0005. The total proposed price for the base period and four optional periods is $430,000, with each period valued at $86,000. The pricing structure includes various tasks and deliverables related to meetings, webinars, workshops, and panelist services focused on adaptive management and feedback activities. It includes optional tasks such as managing panelists for reviews and conducting webinars. Each task's pricing is tailored to project needs and may require a combination of labor hours among panelists for flexible budget management. The document emphasizes the necessity for adherence to privacy and security protections due to sensitive information linked to individuals. Overall, the proposal is aimed at delivering comprehensive scientific guidance and oversight for the recovery efforts along the Missouri River, highlighting the importance of structured scientific reviews to support effective management and decision-making.
    The Missouri River Recovery Implementation Committee (MRRIC) Charter establishes a collaborative framework aimed at guiding the recovery and mitigation planning for the Missouri River and its tributaries under the 2007 Water Resources Development Act. Its primary purpose is to address the ecological recovery of federally listed species, mitigate habitat losses, and restore the overall river ecosystem by incorporating public values and stakeholder interests. The Committee comprises appointed representatives from federal and state agencies, Tribes, and various stakeholder groups, ensuring broad representation of interests related to navigation, agriculture, conservation, and recreation. Key responsibilities include providing recommendations to adapt and enhance existing recovery strategies, resolving interagency conflicts, and coordinating efforts across various agencies. Additionally, the Committee is tasked with setting terms of membership, conducting meetings at least bi-annually, and maintaining transparency through public notices and accessible records. Consensus-based decisions are prioritized, ensuring that stakeholder concerns are appropriately addressed. Overall, MRRIC emphasizes the importance of adaptive management and collaborative governance for the sustainable restoration of the Missouri River ecosystem, recognizing the interconnectivity of ecological health and stakeholder welfare in the region.
    The document outlines the establishment of an Independent Science Advisory Panel (ISAP) for the Missouri River Recovery Program (MRRP). Approved by the Missouri River Recovery Implementation Committee (MRRIC) on May 24, 2018, it updates previous operational guidelines to engage a Third Party Science Neutral (TPSN) aimed at enhancing scientific input for ecosystem restoration under the Endangered Species Act. The ISAP will offer expert reviews, advice, and recommendations in relevant natural, social, and native sciences to support effective decision-making. Its structure includes up to seven standing members and an ad hoc pool for specialized expertise. The TPSN will coordinate ISAP operations and manage panel interactions. Formal and informal engagement tasks include synthesizing information, evaluating research proposals, and providing feedback on monitoring and adaptive management plans. The document emphasizes adherence to peer review standards and the importance of transparency and integrity in scientific assessments. Overall, the ISAP’s role is vital for facilitating adaptive management practices while balancing ecosystem health and authorized river uses.
    The document outlines the requirements for the Contractor’s Progress, Status, and Management Report under a federal contract. It specifies a structured reporting process, with a public reporting burden estimated at approximately 110 hours per response. Contractors must submit monthly progress reports within 10 working days after each reporting period, adhering to the contractor’s standard accounting cycle. Notable elements of the report include a title page with key details (contractor name, contract number, reporting period) and comprehensive content documentation, such as progress summaries, problem areas, and financial tracking, including expenditures and contractor personnel. Reports must be formatted in Microsoft Word with specified font and orientation, ensuring they are editable by the government. The main purpose of this document is to establish a framework for regular updates on contract progress, facilitating communication about project status and challenges. This structured reporting is essential for oversight and accountability within federal grants and contracts, ensuring transparency and proactive management.
    The document is a Controlled Unclassified Information (CUI) detailing the Contract Data Requirements List (CDRL) for a government project. Its main focus is on the requirements for submitting data reports as part of a federal contract, indicating the anticipated process and content needed from the contractor. A summary of the goals and objectives of the review, selection process of review panel participants, and a detailed account of discussions and conclusions are essential components required in the reports. Key deliverables include a draft and final report due four weeks after receiving review materials, which must adhere to standard business writing practices and be accessible to a lay audience. Additionally, the document specifies formatting requirements, including a bibliography and inclusion of non-published materials. The emphasis on clarity, thoroughness, and meeting deadlines reflects the systematic approach expected from contractors in governmental operations. Overall, the document serves as a procedural guide for contractors responding to a federal request for proposal (RFP), aligning with broader goals of transparency and effectiveness in government oversight.
    The document outlines the Contract Data Requirements List (CDRL) for a government contract, detailing the data collection process required from contractors. It specifies the contractual elements, including contractor identification, data item titles, submission deadlines, and distribution protocols. Key deliverables include a draft and final report summarizing the review process, technical agreements, and uncertainties, structured for a lay audience to enhance understanding. Contractors must summarize the review's objectives, including participant qualifications and panel discussions, and provide bibliographies of all referenced materials. The final report must be in a suitable electronic format as per guidelines. The document reflects a commitment to thorough oversight in reporting and aims to facilitate clear communication of complex information to various stakeholders. Compliance with established formats and standards is emphasized to ensure consistent quality across submissions.
    This document outlines the Contract Data Requirements List (CDRL) for the collection of a "Meeting Member Participation List" as part of a government contracting process. The main purpose is to establish data submission guidelines prior to various plenary and workshop meetings. The contractor is required to submit the participation list, including justifications for any absences, to the Technical Manager (TM) or Contracting Officer Representative (COR) 10 days before each meeting. The document specifies distribution procedures and mentions that email addresses for recipients will be provided within the contract details. The reporting burden associated with this information collection is estimated at an average of 110 hours per response, indicating the complexity and thoroughness expected in compliance with the contract. This CDRL serves as a critical tool for tracking and managing member participation within the context of federal grants and RFPs, ensuring that relevant stakeholders are accounted for and informed ahead of key gatherings.
    The document outlines the requirements for submitting a Discuss & Feedback (D&F) charge as part of a contract's Data Item No. It emphasizes that contractors must provide feedback within 14 days of receiving the D&F charge from the government. The feedback should be directed to the NCECR Task Management/Contract Officer via email, ensuring responses are comprehensible for a lay audience and properly formatted in standard business writing. All documents must reference previous ISAP advice and maintain quality regarding grammar and content. The structure includes sections for contract details, data items, frequency of updates, and distribution protocols. The objective is to ensure clarity in communications and documents produced throughout the contract period, reflecting a commitment to maintaining quality standards in government contracting processes.
    The document outlines the Contract Data Requirements List (CDRL) for a specific government project, emphasizing the necessary procedures for contractors to submit written work products. The contractor is required to deliver a draft product, such as a memo or slide presentation, within 14 days following the final meeting with members of the MRRIC. This draft must address various charge questions, incorporate past advice from the ISAP, and adhere to standard business writing conventions. The government will review and provide feedback within 30 days. Following this, the contractor has another 14 days to finalize the report, which must be prepared in an electronic format suitable for online posting. The document is structured with sections for contract identification, data requirements, and submission details, supporting compliance with federal standards for reporting and communication. Ultimately, the CDRL ensures that deliverables meet specific guidelines while facilitating clear communication between the contractor and the government. The process aims to foster comprehensive documentation and consideration of prior advice in decision-making.
    The document outlines a Controlled Unclassified Information (CUI) requirement related to the Filling Ad Hoc Panelist Vacancies contract. It primarily details the process by which a contractor is expected to propose a list of panelists for specific roles, with input from various stakeholders, including members of the MRRIC (involved agencies and the National Center). The contractor is responsible for making the final selection of panelists based on expert criteria outlined in the ISAP Engagement Strategy. The submission of this contract data is mandated to facilitate communication and coordination among multiple parties, ensuring well-qualified individuals are appointed to the vacant positions. The document also includes logistical information regarding submission deadlines, distribution of contacts, and preparation acknowledgments for compliance. Overall, it emphasizes collaboration and structured decision-making in filling critical positions within the government framework.
    This document is the Wage Determination No. 2015-5473 under the Service Contract Act, outlining minimum wage and fringe benefits for workers engaged in federal service contracts in Pima County, Arizona. It includes revisions and directs contractors to adhere to Executive Orders 14026 and 13658, which set enforced wage rates. For contracts starting or renewed post-January 30, 2022, the minimum hourly wage is $17.75, while contracts prior to this date enforce a rate of $13.30, unless higher rates are specified. The document lists numerous occupations with corresponding pay rates, along with required benefits that include health and welfare compensation, vacation, holidays, paid sick leave, and uniform allowances. It emphasizes compliance with labor laws for unlisted job classifications through a conformance process. The document functions to ensure fair labor standards and compensation among federal contract workers, facilitating adherence to legal wage requirements in government contracts. Information on contracts not under enforcement due to specific exceptions is also provided, ensuring clarity on applicability for contractors.
    The document outlines a Quality Assurance Surveillance Plan (QASP) for assessing contractor performance related to project management and substantive issue knowledge. It establishes acceptable quality levels (AQL) for the timely delivery of monthly reports, emphasizing specific deadlines and the permissible number of required revisions. The unsatisfactory to exceptional ratings detail a contractor's responsiveness, based on the frequency of government intervention to clarify substantive issues, particularly concerning the pallid sturgeon and piping plover. It also evaluates the contractor's communication timeliness, ranking the adequacy of responses to government inquiries regarding technical personnel availability. This structured approach to quality assurance is vital in the context of federal requests for proposals (RFPs) and grants, ensuring that contractor deliverables align with governmental standards and stakeholder expectations. The document serves as a critical framework for enforcing accountability and facilitating effective oversight throughout the contracting process.
    The Morris K. Udall and Stewart L. Udall Foundation is soliciting quotations for Third-Party Science Neutral (TPSN) and Independent Science Advisory Panel (ISAP) services to support the Missouri River Recovery Implementation Committee (MRRIC). The solicitation number is 959006-25-R-0005, and quotes are due by February 19, 2025. The contract comprises a one-year base period with four optional renewal years, effective from March 19, 2025. The aim is to provide independent scientific review and recommendations across natural and social sciences to aid decision-making for the Missouri River Recovery Program (MRRP). Evaluations will be based on the technical approach, past performance, and pricing, with a preference for technical merit over cost. Offerors must carefully prepare responses in three separate volumes: Technical Approach (20 pages), Past Performance (10 pages), and Price/Cost (1 Excel Spreadsheet). Proposals should illustrate a clear comprehension of contract requirements and should be formatted according to specific guidelines provided in the solicitation document. The government reserves the right to cancel the solicitation at any point and is not liable for offeror costs in such an event. This RFQ reflects the government's strategic contracting procedures to enhance environmental oversight and collaborative science-based decision-making.
    The document outlines an amendment to Request for Quote (RFQ) # 959006-25-R-0005, concerning Non-personal Third-Party Science Neutral and Independent Science Advisory Panel services for the John S. McCain III National Center for Environmental Conflict Resolution in Tucson, Arizona. The amendment indicates that responses to questions from potential bidders will be issued in Amendment #2 within the week of February 24, 2025. Significant updates to the RFQ documents are anticipated based on the inquiries received. Consequently, the due date for quote submissions has been extended to March 24, 2025, at 2:00 p.m. Arizona time, which observes Mountain Standard Time year-round. Submissions must be emailed to the specified address. This document serves to notify interested parties of upcoming changes and new timelines related to the RFQ process, maintaining a structured flow of communication for government contracting procedures.
    Similar Opportunities
    MRG RGSM Population Monitoring
    Buyer not available
    The Department of the Interior, Bureau of Reclamation, is soliciting proposals for the MRG RGSM Population Monitoring project, aimed at monitoring the population of the Rio Grande Silvery Minnow (RGSM). The procurement requires qualified contractors to conduct monthly field sampling, generate reports, and participate in optional scientific workshops over a performance period from March 15, 2025, to March 14, 2030. This initiative is critical for the ecological protection of a threatened species, reflecting the Bureau's commitment to regulatory compliance and environmental stewardship. Quotations must be submitted by 5:00 PM Mountain Time on February 27, 2025, and interested parties can contact Mary Maestas at mmaestas@usbr.gov or by phone at 505-462-3581 for further information.
    B--International St. Mary and Milk River Study
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey, is seeking information from qualified entities regarding the International St. Mary and Milk River Study. This opportunity is categorized as a Sources Sought notice, aimed at identifying potential contractors who can provide scientific and technical consulting services related to water quality analysis. The study is crucial for understanding and managing water resources in the St. Mary and Milk River regions, which are vital for ecological and community health. Interested parties are encouraged to reach out to Philip Robinson at probinson@usgs.gov for further details, although specific funding amounts and deadlines have not been disclosed at this time.
    R--SME PEER REVIEW - CORROSION MITIGATION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified firms to provide independent scientific reviews of Technical Memorandum 8540-2024-13, which focuses on corrosion mitigation strategies for buried metallic water pipes. The objective is to engage three Subject Matter Experts (SMEs) in corrosion engineering to evaluate the adequacy of proposed criteria for soil corrosivity and the effectiveness of methods aimed at ensuring a service life of 50 to 100 years for these pipes. This review is critical for ensuring compliance with industry standards and federal regulations, thereby enhancing decision-making regarding corrosion prevention in the Bureau's infrastructure. Interested parties must submit their responses electronically to Kelly Cook at kcook@usbr.gov by January 14, 2025, at 5:00 PM ET, and are encouraged to include relevant experience and qualifications as outlined in the attached Performance Work Statement.
    F--Big River Mine Tailings, (OU2) Sediment Removal
    Buyer not available
    Presolicitation ENVIRONMENTAL PROTECTION AGENCY is seeking the services of an experienced firm to provide lead-contaminated sediment removal for the EPA Pilot Study Area located in St. Francois County, Missouri impacted by human transport of mine waste resulting from nearly 2 1/2 centuries of mining in the Old Lead Belt located in Southeast Missouri, Madison County and southern St. Francois County. The work to be performed under this contract consists of excavation and relocation of lead-contaminated materials (mine waste, soil, gravel) from the Big River. This material will be relocated to a soil repository site. Additionally, before relocating the excavated sediment, a 24-inch layer of soil shall be excavated from the repository site. This excavated soil will be used to cap the contaminated sediment. The Period of Performance (POP) for this procurement will be one (1) year. The contractor shall be required to comply with all applicable federal, state and local laws and regulations. Remediation will be conducted pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERECLA) as amended by the Superfund Amendments and Reauthorization Action (SARA), and National Contingency Plan (NCP) requirements. Estimated dollar value for this procurement is between $350k - $450k. This procurement will be a total Small Business set-aside.
    Z--LAB DECOMMISSIONING-CMWSC ROLLA, MO
    Buyer not available
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking qualified contractors for laboratory decommissioning services at its facility in Rolla, Missouri. The procurement involves comprehensive cleaning and hazardous waste disposal, ensuring compliance with federal, state, and local regulations while removing USGS-owned equipment and addressing areas previously storing hazardous materials. This project is critical for maintaining safe working conditions and regulatory compliance in laboratory environments, with a performance period commencing on February 21, 2025, and a completion deadline of July 31, 2025. Interested vendors should direct inquiries to Donald Downey at ddowney@usgs.gov or call 303-236-9331, and must acknowledge receipt of amendments to the solicitation to avoid rejection of their offers.
    Rivers FY25 Environmental Services Herbicide Spraying
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, St. Louis District, is soliciting bids for herbicide spraying services as part of the Rivers FY25 Environmental Services project. This contract aims to control invasive species at the Riverlands Migratory Bird Sanctuary, requiring contractors to provide all necessary materials, labor, and supervision for herbicide applications targeting specific invasive plants from April to November 2025. The project underscores the importance of responsible environmental stewardship and compliance with federal guidelines for herbicide use, ensuring minimal impact on non-target vegetation. Interested small businesses must submit their offers by the specified deadline, and inquiries can be directed to Abrielle Campbell at abrielle.campbell@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil.
    MRG SFD BOOM MOWER
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for the procurement of a telescoping boom mowing machine intended for the Middle Rio Grande Socorro Field Division. The machine must meet specific engineering specifications, including a minimum of 140 horsepower, compliance with EPA Tier 4 Final standards, and the capability to cut up to 30 feet with various attachments. This procurement is crucial for enhancing operational efficiency in maintaining low flow channels and access roads, ensuring safety and reliability in governmental operations. Proposals are due by March 3, 2025, and interested parties should direct inquiries to Ronda Lucero at rlucero@usbr.gov or call 505-462-3650. The contract will be awarded based on best value, considering both price and technical capability, with delivery expected within 365 days of contract award.
    Grounds Maintenance Services, Clearwater Project Office
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide Grounds Maintenance Services for the Clearwater Project Office in Piedmont, Missouri. The procurement, designated as Solicitation Number W9127S25Q0007, is a total small business set-aside under NAICS Code 561730, requiring contractors to deliver comprehensive grounds maintenance services from the date of award through February 28, 2030. This opportunity is crucial for maintaining the ecological integrity and recreational quality of public lands around Clearwater Lake, with specific mowing and herbicide application limits outlined in accompanying documents. Interested offerors must submit their quotations by March 18, 2025, with all submissions directed to Brandee M. Wright at brandee.m.wright@usace.army.mil or Sarah N. Hagood at Sarah.N.Hagood@usace.army.mil, ensuring compliance with federal procurement standards and registration in SAM.gov prior to submission.
    F--R7 Tri-State Lead (Pb) MATOC
    Buyer not available
    The Environmental Protection Agency (EPA) is soliciting proposals for the F--R7 Tri-State Lead (Pb) Multiple Award Task Order Contract (MATOC), aimed at providing remediation services in Joplin, Missouri. This contract is set aside for small businesses and focuses on environmental remediation efforts to address lead contamination in the region. The selected contractors will play a crucial role in safeguarding public health and the environment by implementing effective lead remediation strategies. Interested parties can reach out to Scott Dandy at Dandy.Scott@epa.gov or call 913-551-7949 for further details regarding the solicitation process.
    B--MORU Rock Block Studies
    Buyer not available
    The National Park Service (NPS) is preparing to solicit proposals for Rock Block Monitoring Services at Mount Rushmore National Memorial in South Dakota. The contractor will be responsible for managing and maintaining the rock block monitoring system, ensuring its operability, and providing an annual report to the Contracting Officer’s Representative. This five-year firm-fixed price service contract, which includes five option periods, is crucial for the ongoing safety and preservation of the monument, with an anticipated solicitation release around February 20, 2025, and responses due approximately 20 days later. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.