Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2008 FBO #2257
SOLICITATION NOTICE

F -- Install Wildlife Ramps

Notice Date
1/29/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-MT MONTANA STATE OFFICE* BUS. & FISCAL SVCS. BRANCH 5001 SOUTHGATE DR BILLINGS MT 59101
 
ZIP Code
59101
 
Solicitation Number
ESQ080007
 
Response Due
2/13/2008
 
Archive Date
1/28/2009
 
Point of Contact
Charlene Gunther Purchasing Agent 4068965195 charlene_gunther@mt.blm.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), number ESQ080007. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. This solicitation is set-aside for Small Business concerns, under North American Industry Classification System (NAICS) code 541990. The Small Business Size Standard is $6.5 million. Work will be performed in Custer and Prairie Counties in Montana, as per the area maps. The FOB Point will be Destination. Evaluation Factors will be price, past performance,and past experience, and are equal. Please send a list of references with your quote. Award will be made to the lowest responsive, responsible quoter that is most advantageous to the government. The Line Item you are quoting on is as follows: Item # 1. Wildlife Ramp Installation and/or Inspection. 1 JOB STATEMENT OF WORK: I. General Background: The Bureau of Land Management (BLM) has approximately 546 wildlife escape ramps to be installed and/or inspected on various water developments. The water developments are located on various allotments scattered throughout Prairie and Custer County in Eastern Montana. A copy of the area maps may be obtained by contacting the Contracting Officer. II.Statement of Work: A.The contractor shall: 1. Have the ability to interpret USGS Topographical Maps. Maps will be furnished by the BLM. 2. Be competent and proficient in the operation of Trimble GPS Units, and 3. Know how to use Microsoft Excel. B. The contractor shall complete the installation and/or inspection of 546 wildlife escape ramps on water developments in Prairie and Custer County. Installation instructions will be provided by the BLM at the pre-work conference. Approximately 100 escape ramps have been installed but need inspection. C. The contractor shall be responsible for contacting the grazing permittees to schedule the installation and inspection of the wildlife escape ramps. The contractor shall return the confidential list of permittees to the contracting officer upon completion of contract. D. The contractor shall complete data collection sheets. The data sheets will be provided electronically and included as part of the data collection utilizing the Trimble Geo 3 GPS units which will be provided to the contractor by the BLM. E. The contractor shall collect GIS information for the tank sites using a Trimble Geo 3 GPS Unit which will include site location. Instructions for the completion of the data sheet which will be reviewed with the contractor at the pre-work conference. F. The contractor shall photograph each tank site after installation of the wildlife escape ramps. The contractor will be required to provide digital color photographs on a photocard to be downloaded by the BLM . G. The contractor shall provide a private vehicle capable of traveling on two- track roads. H. Area maps are being provided to outline the area in terms of landscape, square miles, etc. Copies of the area map may be obtained by contacting the Contracting Officer at 406-896-5195 or e-mail your request to Charlene_gunther@blm.gov. The Topographical maps will be used for the actual project. These will be given out during the Pre-work conference. III. BLM will provide: A. Proper Training for installation of wildlife escape ramps. B. Allotment locations of water developments. C. Contact list for allotment grazing permittees provided at the pre-work conference. Grazing allotment permittee/lessee personally identifiable information (PII) (e.g., name, address, telephone number, etc.) is not a public record. Permittee/lessee PII must be maintained in a secure location and confidentiality of these records must be maintained. The contractor and contractor's employees shall sign a Confidentiality Statement agreeing to non-disclosure of permittee/lessee PII. Unauthorized maintenance of privacy records after contract completion or release of the permittee/lessee PII at any time can result in criminal and/or civil penalties against an individual (5 USC 552a(g)(4) and 5 USC 552a(i)). D. BLM will provide wildlife escape ramps to the contractor as needed until project completion. Contractor will coordinate the pick up of wildlife escape ramps with either the COTR or the Project Inspector prior to need. E. BLM will provide materials required for the installation of the wildlife escape ramps which includes the escape ramps, re-bar, post pounder, and lag bolts (if needed for tire tanks.) F. GPS Trimble Unit (GEO 3) for GIS data collection (to be returned to BLM at completion of job). G. Digital camera for site location photographs/data collection (to be returned to BLM at completion of job). IV. Deliverables: A. Contractor shall submit: 1. Monthly Progress Reports to the Contracting Officer's Representative. 2. Completed data collection sheets and photographs of the installed/inspected wildlife escape ramps (see II F. for specifics). 3. Functional GIS data of tank locations where Wildlife escape ramps have been inspected and/or installed. V. Period of Performance: A. Work shall begin and proceed as weather permits and completed no later than September 30, 2009. Work can begin 10 days after issuance of Notice to Proceed. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE: The provision at 52.212-01, Instructions to Offerors-Commercial Items is applicable. The provision at 52.212-02, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Evaluation Factors include Price and Past Performance, both being equal. QUOTERS SHALL FOLLOW INSTRUCTIONS IN THE PROVISIONS AT 52.212-03, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, AND SUBMIT APPROPRIATE DOCUMENTATION WITH IT'S OFFER. The clause 52.212-04, Contract Terms and Conditions-Commercial Items, is applicable. The clause 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable, and the following additional FAR clauses cited in the clause are applicable: ; 52.204-07 Central Contractor Registration; 52.219-06 ,Notice of Total Small Business Set-Aside; 52.222-21 Prohibition of Segregated Facllities; 52.222-26, Equal Opportunity; 52.222-36,Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.239-01, Privacy or Security Safeguards THESE FAR CLAUSES CAN BE ACCESSED AT: "http://www.acquisition.gov/comp/far/index.html" OR "http://farsite.hill.af.mil./vffara.htm". IT IS THE QUOTERS RESPONSIBILITY TO REVIEW THESE CLAUSES AND SUBMIT THE REQUIRED INFORMATION. Prospective contractors must be registered in Central Contractor Registration (CCR) prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the internet at http://ww.ccr.gov. Contractors shall complete their Annual Representations and Certifications (ORCA) electronically at http://orca.bpn.gov. Quotes are due by Close of Business, Wednesday, February 13, 2007, and may be sent to Bureau of Land Management, Montana State Office, Attn: Charlene Gunther, 5001 Southgate Drive, Billings, MT 59101. Faxed quotes will be accepted at Fax # (406) 896-5020, Attn: Charlene Gunther. Please include Offeror Representations and Certifications - Commercial Items ( FAR 52.212-03) and a list of references with your quote. Please notifiy her prior to faxing any quote information.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1402301)
 
Place of Performance
Address: Prairie and Custer County, Montana
Zip Code: 59301
Country: USA
 
Record
SN01495073-W 20080131/080129230457 (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.