Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2005 FBO #1188
MODIFICATION

T -- LANDMARK Managing Map Legend for Existing Vegetation

Notice Date
2/24/2005
 
Notice Type
Modification
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, CO, 80526
 
ZIP Code
80526
 
Solicitation Number
RFP-CAZ-05-023
 
Response Due
4/4/2005
 
Archive Date
4/19/2005
 
Point of Contact
Christina Schofield, Contracting Specialist, Phone 970-498-1174, Fax 970-498-1045, - Katherine Padilla, Procurement Technician, Phone 970/498-1285, Fax 970/498-1174,
 
E-Mail Address
cschofield@fs.fed.us, kpadilla@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation number for this procurement is RFP-CAZ-05-023. This solicitation is being issued as a Request for Proposals (RFP). The solicitation document, consequent award, and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-27. This acquisition is set aside for small business concerns. The associated NAICS code under this solicitation is 541360 and the size standard is $4 million. The deliverables for this solicitation include (1) EV Sequence Table I, III; (2) BPS Sequence Table I; (3) Field Keys II, IV, V; (4) Rapid Assessment Report, Great Lakes; (5) Rapid Assessment Report, South Central; (6) Rapid Assessment Report, Southeast; (7) EV Sequence Table VI; (8) BPS Sequence Table VI; (9) Rapid Assessment Report, Northeast; (10) West EDC Map Zone Attribution; (11) EV Sequence Table IV; (12) EV Sequence Table VII; (13) Draft National Legend; (14) Field Keys I, II, VI; (15) Rapid Assessment Report, North Plains; (16) Rapid Assessment Report, Southern Appalachians; (17) Map Legend Workshop, Northern Rockies/Northwest Plains; (18) EV Sequence Table VIII; (19) Map Legend Workshop, Sacrament; (20) Field Key X; (21) Field Key VII, VIII; (22) Field Key IX; (23) EV Sequence Table II, V; (24) EV Sequence Table X; (25) Map Legend Workshop, Portland; (26) EV Sequence Table XI; (27) Field Key XI; (28) EV Sequence Table IX; and (29) Access Database. This procurement includes a national effort aimed at producing a series of nationally consistent (?mid-scale?) maps that depict existing vegetation and biophysical settings, and the degree to which current fire/fuels conditions have departed from expected ?natural? ranges of variation. These ?mid-scale? maps (both spatial and thematically) are intended to integrate well with more detailed mapped data produced locally (e.g. a national forest level). The primary aim of the vendor?s work will be to update and document current knowledge in support of mapping existing vegetation and terrestrial biophysical settings. These maps, produced at 30m-pixel resolution, will be used to provide robust depictions of fire condition class. Mapping of fire condition class will utilize conceptual state-transition models for each ecological classification unit that qualitatively describes biophysical settings, natural vegetation types, and characteristic successional pathways. These conceptual models enable mapped comparisons of current vegetation with biophysical setting to determine the degree of departure in current conditions from expected conditions. The contribution to LANDFIRE will take several principle forms: (1) Coordinate with LANDFIRE staff to organize a series of meetings with major map producers and users throughout the United States in effort to form a National Mapping Consortium to collaborate and share costs associated with producing LANDFIRE map products. (2) Coordinate ongoing development, description, and diagnostic keys for the map legend of existing vegetation. This includes approximately 350-400 upland and wetland ecological system types that will describe natural/semi-natural vegetation across the coterminous United States. Both field keys and plot data sequencing tables shall be developed to support efficient and accurate attribution of field plot data to the map legend. (3) Collaborate with LANDFIRE staff to prototype development of diagnostic keys to terrestrial biophysical settings. (4) Consult and document methods used throughout 2005 portion of this national effort. Delivery of the final product shall be Rocky Mountain Research Station, Missoula Fire Sciences Laboratory, 800 East Beckwith Avenue, Missoula, Montana, 59801. Delivery shall be made on or before April 30, 2006. The provision and any addenda to the provision Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. See Numbered Note 22 regarding the evaluation of this procurement. Offerors shall submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items. This FAR provision may be downloaded free of cost at www.arnet.gov. The Offeror must be registered with the Central Contractor?s Registry (CCR). In order to register with CCR, go to www.ccr.gov and follow the instructions provided on the website. The clause and any addenda to the clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause and any addenda to the clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. Additionally the following FAR clauses and provisions apply to this acquisition: FAR 52.203-3 Gratuities (Apr 1984). FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Apr 1991); (a) The definitions and prohibitions contained in the clause, at FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions, included in this solicitation, are hereby incorporated by reference in paragraph (b) of this certification. (b) The Offeror, by signing its offer, hereby certifies to the best of his or her knowledge and belief that on or after December 23, 1989- (1) No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan, or cooperative agreement; (2) If any funds other than Federal appropriated funds (including profit or fee received under a covered Federal transaction) have been paid, or will be paid, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with this solicitation, the Offeror shall complete and submit, with its offer, OMB standard form LLL, Disclosure of Lobbying Activities, to the Contracting Officer; and (3) He or she will include the language of this certification in all subcontract awards at any tier and require that all recipients of subcontract awards in excess of $100,000 shall certify and disclose accordingly. (c) Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by section 1352, title 31, United States Code. Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure form to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jan 2005). FAR 52.215-5, Facsimile Proposals (Oct 1997); (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 970-498-1166. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contracting Officer immediately shall notify the Offeror and permit the Offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the Offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the Offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful Offeror promptly shall submit the complete original signed proposal. FAR 52.222-3, Convict Labor (June 2003). FAR 52.232-18, Availability of Funds (Apr 1984). FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998). Numbered Note 22 applies to this acquisition. Numbered Note 22: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only once source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if issued under an existing basic ordering agreement) after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses of to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses must be received on or before April 4, 2005, 16:30 local time. Response shall be submitted to the USDA Forest Service, Rocky Mountain Research Station, Central Administrative Zone, Attention Christina A. Schofield, 240 West Prospect Road, Fort Collins, Colorado, 80526. Questions regarding this acquisition must be submitted to Christina Schofield in writing at (email) cschofield@fs.fed.us or (fax) 970-498-1166. Only written questions will be addressed. AMENDMENT ONE (01) TO COMBINED SYNOPSIS/SOLICITATION RFP-CAZ-05-023 SHALL READ "LANDFIRE Managing Map Legend for Existing Vegetation."
 
Place of Performance
Address: Rocky Mountain Research Station, Missoula Fire Sciences Laboratory, 800 East Beckwith Avenue, Missoula, Montana, 59801, ,
Zip Code: 59804
Country: United States
 
Record
SN00757539-W 20050226/050224211820 (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.