Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2005 FBO #1159
SOLICITATION NOTICE

R -- Writer/Editor

Notice Date
1/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Sierra Cascade Province (Lassen Plumas and Modoc NF's), 2550 Riverside Drive, Susanville, CA, 96130
 
ZIP Code
96130
 
Solicitation Number
R5SC0605013
 
Response Due
2/9/2005
 
Archive Date
3/9/2005
 
Small Business Set-Aside
Total HUB-Zone
 
Description
COMMERCIAL COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation R5SC0605013 is issued as a Request for Quotes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. This is a Small Business Set-Aside under NAICS code 541620 with size standard of $6 million. The following are this solicitation?s list of contract line item numbers, estimated quantities and units of measure: 01 Senior Writer Editor, 1560 Hr. @$_______ Total $_______ 02 Travel, including airfare, ground transportation, hotel, and meals. 2-4 days per week in Quincy, CA $________ per day 2-4 days per month in Oroville, CA $________ per day 2-4 days per month in Blairsden, CA $________ per day 1-2 days semiannual in Vallejo, CA $________ per day Estimate of number of days are working days and does not include travel to and from. Travel will be limited to the rates established in the Federal Travel Regulations. Description of Work (a) This contract is for professional services as-needed in support of the natural resource and land management activities of the Plumas National Forest. Project areas include the Feather River Ranger District, Mt. Hough Ranger District and the Beckwourth Ranger District. Work under this contract will be related to the following typical subject areas, however, the list is not all inclusive: NEPA Projects ? Work may consist of preparing appropriate documents for Environmental Assessments, Decision Memos, or Environmental Impact Statements. The documents may require varying levels of resource and data analysis, field investigations, public involvement, interdisciplinary alternative development, analysis of public comments and the preparation of professional documents. Landscape Analysis ? Work may consist of assessing physical, chemical, biological, and social resources of an identifiable portion of an ecosystem to determine program or projects opportunities. Public involvement may be a key component of this pre-NEPA type work. Watershed Assessments ? Work may include assessment of stream and landform conditions within given watersheds. Assessment of existing conditions and the effects of proposed activities. Potential watershed rehabilitation projects may be defined. Natural Resource Studies ? Work may include field surveys or investigations utilizing interdisciplinary team participation, resource report preparation, effects analysis for proposed activities, biological evaluations or assessment preparation, development of products for public interpretation or display, developing project plans. Resource areas may include soil, water, air, botany, fish, wildlife, visual, recreation, geology, and related land uses. Monitoring of Natural Resource Projects ? Work may include designing monitoring plans for resources, projects, or programs. It may include implementation of monitoring efforts or preparing related monitoring reports. Road Analysis - Various analysis may be included to help determine when and if to construct new roads, reconstruct existing roads, or de-commission existing roads. Efforts could include road data collection, resource effects analysis, public involvement, and report preparation. (b) Work will include writing environmental assessments, environmental impact statements, landscape assessments, and other related project-oriented documents based on Forest specialists? input. Reviewing documents will involve reorganization, reformatting, editing, drafting of missing required sections, and reconciling specialists? technical information. Products shall be internally-consistent, coherent, technically-sound, legally-adequate, pertinent, layperson-friendly, and concise. Frequent contact with Districts? interdisciplinary team leader, as well as occasional contact with various team members, will be required during each project. (c) Coordinating, preparing, and/or reviewing various land management planning studies and report documents for landscape-level, forest-wide, and/or multi-forest-wide planning. Such studies may include forest plan amendment integration projects, preliminary studies for revision of the Plumas National Forest Plan, special studies for implementation of the Herger-Feinstein Quincy Library Group pilot project and/or the Sierra Nevada Forest Plan Amendment, monitoring programs and reports, hydroelectric project relicensing ?4(e)? studies, watershed and stream inventories and studies, and others. Task Orders:(a) As projects arise, the Contracting Officer?s Representative will issue the Contractor a Task Announcement with all project requirements. (b) The Contractor shall submit a proposal responding to any listed evaluation factors, number of hours to complete the project, labor categories used, and travel expenses to the Contracting Officer?s Representative for performing required services described under each Task Announcement. (c) The Contracting Officer?s Representative shall review the proposal and determine whether the Contractor?s offer is adequate, fair and reasonable based upon the Task Announcement?s Statement of Work and the independent Government Estimate.(d) The Contracting Officer?s Representative shall then forward the Task Announcement signed by the Contractor and the Government, along with the Government?s evaluation to the Contracting Officer.(e) The Contracting Officer will review the Task Announcement and accompanying evaluation and send an acceptable signed Task Order to the Contractor.(f) The approved Task Order will be the Contractor?s Notice to Proceed. Travel: Travel required in connection with a task order shall be included in the detailed cost breakdown, when the Contractor submits a proposal for the task order. Travel costs shall not exceed allowable costs provided in FAR 31.205-46, Travel Costs, and Federal Travel Regulations. Period of Contract will be from date of award until February 16, 2006 The provision at 52.212-1 Instructions to Offerors ? Commercial Items, applies to this acquisition. Addenda to this provision is as follows: The provision at 52.212-2 Evaluation ? Commercial Items applies to this acquisition. Addenda to this provision is as follows: A. The Writer-Editor?s Resume and Relevant Past Performance: Include the following information. 1. Educational background, which includes sufficient information to identify and describe the Offeror's technical education. This resume must demonstrate senior level experience in wildland resource planning and NEPA/NFMA compliance and in production of high-quality planning and NEPA documents. Senior technical expertise directly related to National Forest management, writer-editor expertise, and project-management expertise should be demonstrated. 2. Qualifications and Experience which show a thorough knowledge of the environmental fields that are related to the proposed individual?s specific duties/services to be performed under the contract. Include professional affiliations and certifications, and professional awards and achievements. 3. A summary of the Offeror?s experience preparing environmental and planning documents for forest management actions and related vegetation-management or resource-management projects. Offeror?s shall provide a list of all contracts completed within the last three years, including the name and location of the project; the name, address, telephone number, and contact person; project description, project?s time frame; contract?s dollar value; and the Offeror?s role, responsibility, and duties on the project. Each task order awarded under this contract shall use the personnel identified in the proposal. B. The Cost or Price portion of the quote will be evaluated on an hourly basis and anticipated travel costs. However, task orders will be written and negotated on a fixed-price lump sum basis when work is ordered. Evaluation?Commercial Items The Government intends to award to the offeror that represents the best value to the Government. Factors that will be considered and evaluated include price and past performance. Other factors that will be considered and evaluated, if any, are listed below. The Government intends to award without discussion. Writer Editor?s Education Writer-Editor?s Relevant experience Ability to Enhance Employment Opportunities in Rural Communities Price is less important than technical evaluation criteria; however, the importance of price may become greater as the differences between technical proposals decrease. Where technical proposals are determined to be substantially equal, price may control award. An excellent rating would be achieved if A. The Writer Editor possesses a demonstrated senior level experience in wildland resource planning and NEPA/NFMA compliance and in production of high-quality planning and NEPA documents. Senior technical expertise directly related to National Forest management, writer-editor expertise, and project-management expertise should be demonstrated. B. The Writer-Editor?s experience includes an EIS or EA conducted in accordance with the National Environmental Policy Act (NEPA) for Forest Service land management activities. Experience with similarly complex projects for state and local governments or the private sector will also be considered. Consideration for an excellent rating will be based on the Offeror?s knowledge and experience in the following areas: Natural Resource Management Issues. Knowledge and experience of Natural Resource Management issues within the Forest Service. Field Survey And Natural Resource Monitoring Techniques. Knowledge and experience in survey and monitoring techniques. Cumulative Watershed Effects Analysis. Knowledge and experience in analyzing cumulative watershed effects of land management activities on Natural Resources. Natural Resource Restoration Techniques. Knowledge and experience in planning, implementing, and monitoring restoration projects in a forest landscape. Wetlands Policies And Regulations Issues. Experience in analyzing issues and problems associated with the impact of proposed projects on wetlands. Environmental Assessments. Knowledge and experience in preparing Environmental Assessments. Includes description of existing conditions and environmental effects related to the proposed project. C. Ability to Enhance Employment Opportunities in Rural Communities. The following sub-criteria will be used. (a) local hires: Offerors, including their subcontractors who propose to furnish the greatest number of local hires whose permanent place of residence is closest to the work site will be given a higher rating. (b) prime contractors: Offerors whose permanent place of operations is closest to the work site will be given a higher rating. (c) sub-contractors: offers who submit the greatest number of sub-contractors having a permanent place of operation closest to the work site will be given a higher rating. The following clauses apply to this acquisition: The clauses and provisions may be found and printed from www.arnet.gov/far 52.212-3, Offeror Representations and Certifications ? Commercial Items, offeror shall complete the annual representations and certifications electronically at the ORCA website http://orca.bpn.gov. and complete only paragraph (j) of this provision and submit with the offer. 52.212-4, Contract Terms and Conditions ? Commercial Items. 52.216-18 Ordering. Task Orders will be placed from date of contract award to February 16, 2006. 52.216-22 Indefinite Quantity 52.452.237-74 Key Personnel (a) The Contractor shall assign to this contract the following key personnel: ___Writer-Editor__ (b) During the first ninety (90) days of performance, the Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall notify the Contracting Officer within 15 calendar days after the occurrence of any of these events and provide the information required by paragraph (c) below. After the initial 90-day period, the Contractor shall submit the information required by paragraph (c) to the Contracting Officer at least 15 days prior to making any permanent substitutions. (c) The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of the persons being replaced. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes of key personnel. (d) The Writer-Editor shall be on site at the Forest Supervisor?s Office in Quincy, or be available locally for onsite meetings upon short notice, for at least two working days per week (except during scheduled vacations) for the duration of the contract. It is expected that the Writer-Editor will be engaged in project work an average of 30 hours per week over the contract period. Writer-Editor?s time shall be based on each Task Order. 52.245-2 Government Furnished Property: The Government will provide the following item(s) of Government property to the contractor for use in the performance of this contract. This property shall be used and maintained by the Contractor in accordance with the provisions of the Government Furnished clause. Specific or additional equipment will be specified within individual Task Orders. The Government will provide meeting locations, times, duration, facilities, flip charts, audio-visual equipment, markers, and miscellaneous office-type materials. The Contracting Officer shall coordinate scheduling with participants and contractor. The Government will also provide for duplication services for meetings unless otherwise agreed. Electronic distribution of both Contractor and Government handouts (e.g. agendas), meeting notes, and follow-up documentation as agreed. The Government will provide the contractor with any needed background materials and information needed to bring them up to speed on current processes, policies, and concepts. Pg 5 (52.245-2) Government Furnished Property The government will provide access to a computer with appropriate software and access to the Forest?s computer network. Office space may be provided, if available. 212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items. The following FAR clauses cited in the clause are applicable to this acquisition: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (25) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (30) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. For information, contact Dodi Wilson at 530-525-6462 Date and time for receipt of offers is set at close of business on February 9, 2005.
 
Place of Performance
Address: Plumas National Forest
 
Record
SN00740322-W 20050128/050126211841 (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.