Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2007 FBO #1997
SOLICITATION NOTICE

B -- Prince William Sound User Experience Modeling

Notice Date
5/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Agriculture, Forest Service, R-10 Chugach National Forest, 3301 C Street, Anchorage, AK, 99503, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-0120-S-07-0031
 
Response Due
6/1/2007
 
Archive Date
6/16/2007
 
Description
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. The solicitation number AG-0120-S-07-0031 a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-15. This is not a small business set-aside. The following are this solicitation's list of contract line item number(s) and items, quantities and units of measure: there is one (1) line item -- Provide expertise and consultation on a study which surveys recreational user experience and models spatial and temporal patterns of recreation use in Prince William Sound, Alaska., 1 EA. PERFORMANCE WORK STATEMENT: The contractor shall provide expertise and consultation on a study which surveys recreational user experience and models spatial and temporal patterns of recreation use in Prince William Sound, Alaska. Vendor is responsible for providing all facilities, software, and equipment necessary to evaluate the datasets provided and generate summary recommendations for analysis and techniques. All travel expenses accrued as a result of travel necessary for coordination of analyses is the responsibility of the contractor. The work shall be conducted by the University of Arizona, Dr. Randy Gimblett, School of Natural Resources; in association with Geodimensions Pty Ltd., Robert Itami, and the Glacier and Cordova Ranger Districts, Chugach National Forest, Alaska. Work will be conducted from offices and labs at the School of Natural Resources at University of Arizona in Tucson, AZ and on both the Glacier and Cordova Ranger Districts on the Chugach National Forest. Planned schedule of work: Summer 2007 and continue through the end of FY07, site inventory analysis to identify potential sample study/analysis areas; user group/stakeholder identification; field observations and photographic inventory; methodology refinement, and; initial work on survey design. Late FY07 into FY08, finalize survey instrument and obtain OMB approval. Develop LSA framework and community outreach for issue identification. Summer FY08, implement field survey, construct database, enter data and statistically analyze; build initial simulations. Fall 08 into FY09, refine simulations and generate report. A sole source contract is anticipated because the University of Arizona provides proprietary software and analytical capability needed to analyze the recreational and other uses of Prince William Sound. The University of Arizona and Geodimensions have provided similar products to the Forest in previous projects. Using their proprietary methodology and analytical software is essential for providing the compatibility of data needed to bridge to previously collected data. The USDA Forest Service will retain all rights to the datasets provided assisting in the development of data collection protocols and the analysis of the provided datasets. The date for delivery is: project shall be completed 30 September 2009. The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition and the following are provided as an addenda to this provision. Additional requirements: 52.232-28, Invitation to Propose Performance-Based Payments (Mar 2000). The provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: i.) Technical Capability of service offered to meet the Government requirement; ii.) Past Performance; iii.) Price. Technical and past performance, when combined, are significantly more important than price. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR 52.236-7 PERMITS AND RESPONSIBILITIES (NOV 1991) FAR 52.236-13 ACCIDENT PREVENTION (NOV 1991) FAR 52.211-10 COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK (APR 1984) The contractor shall be required to (a) commence work under this contract within seven (7) calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use no later than 30 September 2008. Estimated start date is: 1 June 2007. AGAR 452.236-72 USE OF PREMISES (NOV 1996) All offerors must provide a completed copy of 52.212-3, Offeror Representations and Certifications - Commercial Items. The provision may be found and printed from www.arnet.gov/far/. FAR Clause ?52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items and the following clauses were selected as applicable to the acquisition: (1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553) (2) 52.2333-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub L. 108-77, 108-78) 1 (15) 52.222-3, Convict Labor (June 2003)(E.O. 11755). 1 (17) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 1 (18) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 1 (19) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 1 (20) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 1 (21) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). 1 (22) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 1 (30) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 1 (31) 52.232.32 Performance-Based Payments (Feb 2002) Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 1 (32) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. 22. 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. Other than Full and Open Competition. Note: 22 applies to this combined synopsis/solicitation. The date, time and place offers are due is 1 June 2007 at 2 pm Alaska Time. Contact Denise Murphy for information regarding this solicitation at telephone number 907-743-9531 or denisemurphy@fs.fed.us.
 
Place of Performance
Address: Prince William Sound, Alaska, Glacier RD, Forest Station Road, Girdwood AK
Zip Code: 99587
Country: UNITED STATES
 
Record
SN01293836-W 20070516/070514220143 (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.