Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2006 FBO #1560
SOLICITATION NOTICE

B -- MAPPING AND SAMPLING FOR CO-OCCURRENCE OF TILE DRAINS AND WETLAND SOILS IN AGRICULTURAL SETTINGS IN ILLINOIS

Notice Date
3/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Environmental Protection Agency, Office of Research and Development, LAS VEGAS, 944 EAST HARMON AVENUE, LAS VEGAS, NV, 89119
 
ZIP Code
89119
 
Solicitation Number
EP06V000097
 
Response Due
3/18/2006
 
Archive Date
4/2/2006
 
Description
The U.S. Environmental Protection Agency [U S EPA] Environmental Sciences Division [ESD] intends to award a fixed-price Purchase Order using Federal Acquisition Regulation [FAR] Part 13, Simplified Acquisition Procedures. This is a combined synopsis/solicitation for commercial items in accordance with the format in 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 provisions at FAR 52.212-1, Instructions to Offerors ? Commercial Items and FAR 52.214-4 Contract Terms and Conditions ? Commercial Items, apply to this acquisition The purpose of this research is to use novel methods incorporating SSURGO soils and NLCD land cover to map the existence of tile drains in the state of Illinois. Information is needed on the spatial co-occurrence of riparian vegetation and tile drainage systems because tile drains obviate the nutrient filtering capability of riparian vegetation. The tasks required to accomplish project objectives are listed below. All work shall be completed within Tasks A.) In collaboration with EP A, develop two-class soil maps for counties in east-central Illinois where SSURGO data are available. The two classes will be: 1) soils where tile drainage is likely and 2) soils were tile drainage is not likely. The two-class maps will be developed through conflation ofNLCD land cover and SSURGO soils. The two-class soil map will then be conflated with the NHD to identified stream segments where tile drain outlets are likely and streams segments where tile drain outlets are not likely. B.) In collaboration with EP A, develop as sampling strategy to sample the two-class maps developed under Task A. The sampling strategy should stratify by the map classes identified in Task A and include adequate geographic dispersion so that samples are included from the following counties: La Salle, Grundy, Kankakee, Marshall, Livingston, Ford, Iroquois, Tazewell, McLean, Logan, De Witt, Piatt, Champaign, Vermillion, Sangamon, Macon, Moultrie, Douglas, Edgar, Christian, Shelby, Cumberland, Clark, Fayette, Effingham, Jasper, Crawford, Carrol, Adams, and Alexander. The sampling strategy should account for access issues. c.) Conduct site visits for the locations selected under task B. The purpose of the field visits will be to confirm the existence (or lack thereof) of tile drainage systems. Results will be compiled in a spreadsheet that identifies the geographic location of the site, the map class identified in Task A, county, and the existence (or lack thereof) of tile drainage systems. EP A personnel will participate in the field campaign to the extent practicable. D.) A brief report that documents methods and sampling results (including spreadsheet). The report and sampling results should be delivered in paper and electronic format, using, Microsoft word and excel. Project completion time will be 6 months after receipt of order. 2. Technical Evaluation Criteria A.) Technical Approach The successful applicant will be able to demonstrate: 1) detailed knowledge of agricultural practices in east-central Illinois; 2) detailed knowledge of SSURGO soil mapping in east-central Illinois; 3) detailed knowledge of the interactions between agriculture and wetland soils that lead to the use of tile drainage systems in east-central Illinois; 4) novel ways to overcome access issues during site visits, and; 5) adequate staffing to conduct Tack C (field campaign). Items 1 through 3 above will be evaluated based on: I) papers published in the peer-reviewed literature, and; 2) submitted curriculum vitas. Item 4 will be evaluated by a brief (e.g., one-page) written response submitted by the applicant on possible ways to overcome access issues during the field campaign. Item 5 will be evaluated based on the staffing roster proposed by the applicant. The roster should include curriculum vitas. B.) Qualifications of Personnel The successful applicant shall describe specific, relevant experience, and availability of personnel needed to provide services similar in scope to those described in the Statement of Work. The successful applicant will be able to demonstrate a well-developed research record in the subject areas of agriculture and agricultural use of subsurface drainage in east-central Illinois, water quality modeling as it relates to subsurface drainage in Illinois, and soils mapping and GIS. C.) Past Performance Demonstrated successful past performance of the successful applicant and any major subcontractors as evidenced by information gathered concerning the identified list of contracts and subcontracts completed during the past three (3) years and those currently in process for similar work. The successful applicant shall include client names, addresses, telephone numbers, contact persons, and nature of work performed. D.) Price Price is equal in importance to the technical evaluation criteria. NO SOLICITATION OR REQUEST FOR QUOTE [RFQ] IS AVAILABLE. Vendor must provide Federal Tax Identification Number, Dun and Bradstreet Number, and Central Contractor Registration to be eligible for award. The NAICS code for this procurement is 541690. Any firm who believes it is capable of meeting EPA?s requirement as stated herein may submit a response which, if received within 15 calendar days of the date of this announcement, will be considered. Responses to this posting must be in writing. The estimated magnitude of this procurement is under $25,000. All questions should be directed to Cheryl M. O?Donnell via email at odonnell.cheryl@epa.gov.
 
Place of Performance
Address: U S EPA, RESEARCH TRIANGLE PARK, NORTH CAROLINA
Zip Code: 27711
 
Record
SN00999894-W 20060305/060303214244 (fbodaily.com)
 
Source
FedBizOpps 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.