SOLICITATION NOTICE
B -- RARE THREATENED ENDANGERED SPECIES SURVEY
- Notice Date
- 3/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 16th CON - Hurlburt, 350 Tully Street, Hurlburt Field, FL, 32544-5810, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA4417-07-Q-7020
- Response Due
- 3/27/2007
- Archive Date
- 4/15/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared 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; a quotation is being requested and a written solicitation will not be issued. Solicitation number FA4417-07Q-7020 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-11, Effective 5 July 2006 & Class Deviation 2005-o0001. 1st Special Operations Contracting Squadron, 1st SOCONS/LGCB at Hurlburt Fld AFB, Florida intends to award a sole source Firm Fixed Price contract to Florida State University: 97 South Woodward Ave, Suite 300, Tallahassee, FL32306, for the services of surveying the land for endangered species in IAW the Cooperative Agreement between The Department of Defense and the Nature Conservancy dated April 28, 1995. The North American Industry Classification System (NAICS) code for this project is 541360 with a size standard of 4.5M. The requirement is for: Endangered Species Survey. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to complete the survey of endangered species. Destination for delivery to Hurlburt Field, FL 32544. INTRODUCTION - The purpose of this Statement of Work (SOW) is to obtain, in a timely manner, an inventory and locations of all threatened and endangered species determined to be present on Hurlburt Field. BACKGROUND - As part of effective ecosystems management on installations containing natural resources and in compliance with the Endangered Species Act, the Air Force is required under Air Force Policy Directive (AFPD) 32-70 to inventory and manage threatened and endangered species occurring on Air Force lands. The installation's threatened and endangered species information should be comprehensive enough to protect these species during mission activities and for their habitat management. Although not specifically required, the Air Force policy also considers the inventory and management of other sensitive species, including candidate species for federal listing, state-listed species, or species of special concern. This SOW will provide the necessary inventory and location information for the management of threatened and endangered species protection and enhancement. Five thousand and sixty nine acres of Hurlburt's total 6,643 acres is undeveloped. Fifty two percent of Hurlburt is classified as wetlands. A majority of natural areas on base are pine flatwoods and cypress/gum swamps. The following are federal laws and Air Force regulations and guidelines affecting threatened and endangered species surveys on Air Force installations: Federal Laws: Bald and Golden Eagle Protection Act (16 U.S. Code [U.S.C.] 668 et seq.), Endangered Species Act (16 U.S.C. 1531 et seq.), Fish and Wildlife Coordination Act (16 U.S.C. 661 et seq.), Legacy Resource Protection Program Act, Marine Mammal Protection Act (16 U.S.C. 1361 et seq. as amended), Code of Federal Regulations (CFR): Endangered and Threatened Wildlife and Plants (50 CFR 17.11-17.12 et seq), Migratory Bird Conservation Act (50 CFR 20 [16 U.S.C. 715 et seq.]), Federal Guidelines : Integrated Natural Resources Management (AFI 32-7064) , Environmental Conservation Program (DoD Directive 4715.3. Copies of the following Air Force Instruction (AFIs) and AFPD are available from the U.S. Department of Commerce, National Technical Information Service, Defense Publications Office, 5285 Port Royal Road, Springfield, VA 22161; (703) 487-4684. Environmental Quality (AFPD 32-70), Integrated Natural Resources Management (AFI 32-7064). SCOPE OF WORK - Under the provisions of this SOW, the contractor shall accomplish the tasks described below for Hurlburt Field. BACKGROUND RESEARCH -The contractor shall visit the installation, conduct interviews in person and by telephone, and conduct a literature search to identify and collect: Descriptions or surveys of previous threatened and endangered species, proposed species for federal listing, candidate species for federal listing, state-listed species, and species of special concern on Hurlburt Field (possible sources: base environmental flight, U. S. Fish and Wildlife Service, National Marine Fisheries Service, National Audubon Society, and State Natural Heritage Program). Data on identified critical habitat on Hurlburt Field (possible sources: base environmental flight, U.S. Fish and Wildlife Service, National Marine Fisheries Service, and the Federal Register). Previous vegetation descriptions of Hurlburt Field (possible source: base environmental flight). METHODOLOGY DEVELOPMENT -The contractor shall develop a methodology for conducting the threatened and endangered (and other sensitive) species surveys. The contractor shall consider species and sensitive habitats as identified by the state and federal regulators and shall use species survey protocols where appropriate. The contractor shall analyze and evaluate existing data bases for detail and confidence levels of data presented as they pertain to preparation of pre-survey plans. THREATENED AND ENDANGERED SPECIES SURVEY - The contractor shall inventory and locate threatened and endangered species (and other sensitive species where noted) and their habitats on Hurlburt Field through approved and accepted methods. GPS coordinates will be collected and provided in the final report for individual species locations and other point information as appropriate. GPS coordinates will be provided in state plane coordinates, horizontal NAD-83. THREATENED AND ENDANGERED SPECIES SURVEY REPORT ? The Draft Threatened and Endangered Species Survey Report, which shall include associated maps and is subject to internal Air Force review only, shall include threatened and endangered species (and other sensitive species where noted) populations and their habitats, and should include but not be limited to the following: Abstract - A brief summary of the report contents and findings. Introduction - The purpose and objectives of survey, location of site, date of site visit, and species involved in the threatened and endangered species surveys. Include any relevant background information found during the task described in Section 2.1, Background Research. Methods - A description of the methods used to conduct the threatened and endangered species survey as described in the approved methodology. Results and Discussion: Site description to include topography, dominant vegetation and habitats present, and disturbance to the site (e.g., chemical stress, vegetation cutting or removal, burns, mission operations). Description of threatened and endangered species (and other sensitive species where noted) population types identified, including acres and locations (maps), and GPS coordinates where appropriate, relative health of the community, and associated species. Include a table of vegetation and wildlife species identified on the installation, a table of threatened and endangered (and other sensitive) species with state and federal status and habitat preferences and a map showing habitat survey areas and species locations, and important physical features. Discussion of federal and state regulations that affect threatened and endangered species management on federal installations. An analysis comparing findings to previously identified threatened and endangered species findings, if applicable. Occurrence records with information as required by The Nature Conservancy, Natural Heritage Program, or other biological information from central collection sources in the region. Information source references and literature cited. Field notes, photographs. GPS coordinates (state plane coordinates, horizontal NAD-83) for individual species and other point information as applicable. Final Threatened and Endangered Species Survey Report. The contractor shall incorporate all Air Force-approved draft comments. DELIVERABLE SCHEDULE: Background data collected in support of the methodology development and Threatened and Endangered Species Survey Report will begin no later than July 2007, following receipt of the Notice to Proceed. Four hard copies and one electronic (CD) of the Draft Threatened and Endangered Species Survey Report will be submitted no later than 15 August 2008, following the completion of the field investigation. Six hard copies and one electronic (CD) of the Final Threatened and Endangered Species Survey Report will be submitted following receipt of Air-Force approved draft comments. SUPPORTING INFORMATION: RESPONSIBILITIES - The contractor shall coordinate the data collection and field effort with Hurlburt Field's environmental flight, 1 SOCES/CEV in support of the threatened and endangered species survey. The contractor shall be available to participate in technical direction/interchange meetings with 1 SOCES/CEV to develop survey methodologies, review progress, discuss problem areas, and exchange information. For costing purposes, it is assumed that these interchanges will take place via teleconferences at prearranged times. The contractor shall be responsible to provide qualified personnel, and to acquire the appropriate threatened and endangered species permits (e.g., Section 10A permits), to survey for the necessary listed species. SPECIAL CONSIDERATIONS - Precoordination of data needs must be accomplished through 1 SOCES/CEV. No contacts with federal, state or other agencies/groups (e.g., state and federal natural resources agencies, U.S. Fish and Wildlife Service, U.S. Environmental Protection Agency) will be made without the prior approval of 1 SOCES/CEV. All original materials, visual aids, software, and text developed or gathered in the performance of the tasks listed herein will be the property of 1 SOCES/CEV and will not be used, distributed, or published by the contractor without specific written permission of 1 SOCES/CEV. The installation will provide all necessary safety and security briefings, base permits, passes, and escorts required to conduct work on Hurlburt Field. 4.2.4. On-base data collection and associated activities must be precoordinated and approved by 1 SOCES/CEV prior to commencement of activities. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one 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. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. The following provisions and clauses apply to this acquisition and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors?Commercial Items. It is amended to read: Offeror shall submit signed and dated offer to 16 CONS/LGCB, Attn: MSgt Jackie Hatten, 350 Tully St Bldg 90339, Hurlburt Field FL 32544-5810 NLT 27 March 2007; 1600 CST. Submit signed and dated quotations on company letterhead or quotation form and marked with solicitation number FA4417-07-Q-7020. Offer may be faxed to 850-884-2041. No proposal will be accepted by email. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, evaluation of Commercial Items which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: Price. FAR 52.212-3, Offeror representations and Certifications?Commercial Items and the offeror must include a completed copy of this provision with their proposal or states that they are located on website: http://www.bpn.gov/; FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The following clauses are added as an addendum to 52.212-4: FAR 52.211-17, Delivery of Excess Quantities; FAR52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; HF037 Wide Area Work Flow Statement (WAWF). The clause 252.232-7003 Electronic Submission of Payment Requests. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items applies to this acquisition with Paragraph (b) incorporating the following FAR clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products, and FAR 52.232-33, Payment by electronic Funds-Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applies to this acquisition with Paragraph (b) incorporating the following DFARS clauses: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036 Buy American ?Free Trade Agreement?Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.243-7023 Transportation of supplies by sea. Hurlburt Fld Clause 037 - WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE SF 1449 THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Offerors are further advised that failure to register in the DOD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. Point of contact is Jacqueline Hatten, Contract Specialist, Phone (850) 884-3271, FAX 850-884-2041, E-Mail: jaccqueline.hatten@hurlburt.af.mil; Contracting Officer is Belva Parton, (850) 884-3273, E-Mail: belva.parton@hurlburt.af.mil.
- Place of Performance
- Address: HURLBURT, FL
- Zip Code: 32544
- Country: UNITED STATES
- Zip Code: 32544
- Record
- SN01249778-W 20070315/070313220907 (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 |