Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2003 FBO #0745
MODIFICATION

R -- Greenhouse Gas Inventory

Notice Date
12/10/2003
 
Notice Type
Modification
 
Contracting Office
Environmental Protection Agency, Administrative Management Section, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-04-00048
 
Response Due
12/19/2003
 
Archive Date
1/19/2004
 
Point of Contact
Point of Contact, Carole Britt, Purchasing Agent, Phone (202) 564-9714
 
E-Mail Address
Email your questions to U.S. Environmental Protection Agency
(Britt.Carole@epa.gov)
 
Description
NAICS Code: 541620 THE PURPOSE OF THIS AMMENDMENT IS TO PROVIDE THE REMAINDER OF THE COMBINED SYNOPSIS/SOLICITATION AS ORIGINALLY POSTED ON 12/9/03. Task 4. Mitigation analyses Depending upon the inventory methodologies agreed upon by each country at the February 4-6 Workshop, it may be possible to assist countries in evaluating various mitigation strategies. This could include a variety of practices that reduce nitrous oxide or enhance soil carbon sequestration in agricultural soils. For those countries choosing to utilize a soil process model, as opposed to the standard IPCC methodology, this opportunity would be most viable. The Contractor shall propose several potential mitigation option analyses that could be performed in countries where the soil process models are used. The Contractor shall also be prepared to perform these analyses in collaboration with the in-country experts. Task 5. Training and Capacity Building Regardless of the inventory methodologies chosen by each of the countries at the February 4-6 Workshop for estimating nitrous oxide emissions and soil carbon flux from agricultural soils, the Contractor shall train the in-country experts in order to prepare future inventory estimates with the chosen approaches independently. The Contractor shall include hands-on training in the use of the models or spreadsheets developed for this project. The Contractor shall also visit each of the countries between one and two times during the course of the project to collaborate with the in-country experts on data collection and use of the models or other inventory approaches. DELIVERABLES: 1.0 Attend Workshop in San Salvador, El Salvador to develop detailed work plans with each of the countries. Due Date: February 4-6, 2004. 1.1 Draft work plan and timeline detailing how Tasks 2-5 will be implemented for each country. Due Date: March 1, 2004. 1.2 Final work plan and timeline detailing how Tasks 2-5 will be implemented for each country. Due Date: Due 3 days after comments provided on draft by EPA. 2.0Estimates of soil carbon flux and nitrous oxide emissions from agricultural soils for each of the seven Central American countries. Due Date: As stated in final work plan developed under Task 1, but not later than February 2006. 3.0 Documentation and uncertainty estimates of the methodologies used to estimate nitrous oxide emissions and soil carbon flux. Due Date: As stated in final work plan developed under Task 1, but not later than February 2006. 4.0 Mitigation analyses. Due Date: As stated in final work plan developed under Task 1, but not later than February2006. 5.0 Training and capacity building. Due Date: As stated in final work plan developed under Task 1, but not later than February2006. FORMAT OF WRITTEN DELIVERABLES: All reports/documents must be in hard copy and in 3.5" disk. Direct transfer of files by e-mail is also acceptable. The document program used to create these reports must be Corel WordPerfect 8. Adobe Acrobat PDF files are also acceptable and preferable to WordPerfect files if the report or document is in final form for dissemination/distribution. Database files should be maintained in MS Access 2000. All technical presentations must be in draft form initially. Once the draft is approved, the final paper must be in complete format suitable for dissemination. Audiovisuals for computer generated presentations are required. MS PowerPoint and Lotus FreeLance are both acceptable graphic presentation formats. 35 mm slides must be available upon request. LEVEL OF EFFORT: The level of effort for this requirement is 1560 hours. QUOTE SUBMISSION INSTRUCTIONS: The Offeror shall prepare a succinct technical proposal which demonstrates an understanding of the Statement of Work (no more than 15 pages, not including resumes). The Offeror shall identify key staff proposed for this requirement. For the labor category of Project Manager, the Offeror shall describe qualifications, education and experience of managing projects similar in nature. The Offeror shall also provide three references who can evaluate performance based on similar requirements. The Offeror shall also include a cost proposal, including a labor-hour quote with a ceiling price for this requirement. The Contractor shall include proposed amounts for any indirect costs and other direct costs. Copies of the technical and cost proposal shall be submitted in pdf format to Contract Specialist Carole Britt at britt.carole@epa.gov and COTR Tom Wirth at wirth.tom@epa.gov by the response date. EVALUATION FACTORS: The Government intends to make award to the responsible Offeror whose offer conforms to the Request for Quote (RFQ) and is most advantageous to the Government, cost and other factors considered. For this RFQ, all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. 1. Technical approach and the level of knowledge demonstrated including an in-depth understanding of greenhouse gas emission and sink categories along with inventory estimation methodologies covered under this Statement of Work. 2. Past performance with similar work, including EPA and non-EPA related experience in developing greenhouse gas inventories and mitigation analyses for the greenhouse gas emission and sink categories, along with inventory estimation methodologies covered under this Statement of Work. 3. Staffing and Management approach to accomplish the requirements of the Statement of Work. For the proposed staff, who will be working closely with the in-country experts, they will possess a basic fluency in Spanish. 4. Cost/Price. The NAICS Code for this procurement is 541620. Any firm who believes it is capable of meeting EPA's requirement stated herein may submit a response, which if received within 10 calendar days of the date of this announcement will be considered. Responses to this posting must be in writing. All questions should be directed to Carole Britt via e-mail at britt.carole@epa.gov.
 
Record
SN00487416-W 20031212/031211091515 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.