Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 27, 2008 FBO #2558
SOLICITATION NOTICE

R -- Prince William Sound Ecoregional Mapping Community Engagement and Process Facilitation

Notice Date
11/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Forest Service - R-10 Chugach National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0120-S-09-0001
 
Point of Contact
Denise M. Murphy,, Phone: 907-743-9531, Karen A Weidenbaugh,, Phone: 907-743-9569
 
E-Mail Address
denisemurphy@fs.fed.us, kweidenbaugh@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
COMMERCIAL COMBINED SYNOPSIS/SOLICITATION 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 is AG-0120-S-09-0001 and this solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. This is a small business set-aside with an associated NAICS code of 541990 and small business size standard of $7 million. The following are this solicitation’s list of contract line item number(s) and items, quantities and units of measure: 1. Organize and facilitate meetings to be held in Anchorage and in all the communities of Prince William Sound (see approximate meeting schedule in item C); 2. Collect, evaluate, and synthesize information gathered during meetings. Price each line item as a lump sum to include all necessary travel expenses, materials, supplies, incidentals and supervision. Description of requirement: Performance Work Statement, Prince William Sound Regional MapGuide A. General The contractor shall provide project management, community engagement, and facilitation expertise for a project that brings together a broad range of stakeholders – citizens, landowners, scientists - in Prince William Sound to create a social and biophysical mapguide of the Sound, its communities, and critical resources (particularly those still recovering from the Exxon Valdez oil spill, EVOS). Please visit National Geographic’s “geotourism” mapping products and process as one potential model to draw from. The final product shall provide the public with a visual representation of the Sound and its recovery after 20 years, including the intersection of injured resources and services and the economic, cultural, and subsistence value of these resources and services to the communities. The mapguide will create a visual and narrative record of the resources, services, and stories that define the Sound, and communicate a vision for how they should be shared and protected in the face of increasing human use. It will serve as an educational tool for guiding human users in the Sound in such a manner that increasing use does not result in confounding the recovery of resources and services injured by the spill. The mapguide will be a high-quality, widely distributed, interpretive product produced by Alaska Geographic. It will be available as both a hard document and a web-accessible internet graphic. Alaska Geographic staff will serve as part of the project team. The contractor shall help organize and lead the map development process by, among other things, facilitating the collection and integration of information (e.g. broad themes and specific stories) about the Sound, while also assisting the communities in developing a vision for place that takes into consideration critical human uses, such as recreation/tourism. In this role, the contractor shall work with Forest Service staff to coordinate the mapguide citizen engagement schedule with the public outreach work of the Prince William Sound Marine Trail Steering Committee, currently coordinated by the National Wildlife Federation. The Forest Service recently signed a Memorandum of Understanind with Alaska State Parks, National Wildlife Federation, National Park Service and the Prince William Sound Economic Development District to develop a cooperative framework for the planning, development, and maintenance of a Prince William Sound marine trail. The marine trail and mapguide projects share many of the same goals, including the desire to educate and guide human uses to aid the recovery of resources and services injured by the oil spill. In order to ensure maximum public participation in both projects, close coordination is critical. The heart of the community engagement work will, ideally, occur between January and April of 2009, although follow-up meetings may be necessary in late Summer, early Fall. Workshops and meetings will be necessary in Anchorage, Whittier, Cordova, Valdez, Tatitlek and Chenega. Due to winter weather in the Sound, there may be opportunities to host workshops with crucial stakeholders from Tatitlek and Chenega in Anchorage, as well. We hope, when possible, to build workshops around existing activities and events, such as the annual Alaska Wilderness Recreation & Tourism Association (AWRTA) meeting. Forest Service personnel will be available to assist with coordination, outreach and other duties (see below for more details). It is expected that techniques used to solicit information and stories for the map will be highly interactive and creative and reach a wide-range of participants, including youth. Sessions should not follow traditional public meeting/testimony formats. The public will have the opportunity to work closely with EVOS researchers and other local and regional experts during these sessions to see how proposed stories overlap with ecological, cultural and human hotspots and a variety of other critical data returned from years of studying the Sound. Key EVOS-related objectives, include: • Guiding and managing human use and behavior to aid recovery of injured resources, critical habitat and human services (notably recreation/tourism); protecting against further impacts, and mitigating user conflicts • Addressing passive use values – a category of recovery that has received less attention – in the most comprehensive approach to date. This includes educating residents and visitors alike on the story of recovery, resources, and human services/uses. • Increasing the involvement of spill area communities in the restoration effort and improve the communication of findings and results of restoration efforts to spill area inhabitants. • Improving the communication of traditional ecological knowledge (TEK) from local residents to scientists, which can significantly enhance the value of restoration efforts. • Contributing to the recovery of the subsistence service by mapping and communicating the intersection of resources and services, and incorporating stories that communicate the importance of gathering and hunting traditional resources to community identity and survival. • Highlighting the history of commercial fishing in the Sound, its meaning to the local economy and sense of place, and locations of critical import to fishing families. • Educating the public about, and thus continuing to contribute to the protection of, the Wilderness Study Area and archaeological resources, now considered “recovered” but continually exposed to the threat of injury as a result of increasing human use in the Sound. B. Location Work and meetings shall be held in Anchorage and in all communities of Prince William Sound – Whittier, Chenega, Valdez, Tatitlek, Cordova. C. Proposed Work Schedule December 08/January 09: Develop project timeline/action plan, including a schedule and process for community engagement throughout the year. Winter 2009 (Jan-April FY 09): Community/public participation workshops in communities. Summer 2009 (May-Sept FY 09): Organize and finalize content; follow-up/validation meetings in communities if possible, or with key participants (highly dependent on summer schedules). Late Summer/Fall 2009: Web-based map production. Hard copy production continued by Alaska Geographic into FY 2010. Estimated meeting requirements: Seven (7) workshop-style meetings (one full day, but expect to spend two days - essentially a weekend - in each community, except Anchorage where we imagine two (2) full-day workshops. NOTE: Tatilek or Chenega meetings may be held somewhere else, like Anchorage. Six (6) follow-up/validation meetings (1/2 days of sharing results and preliminary synthesis of information) Planning meetings with Forest Service staff and marine trail leads at least twice a month. D. Government Furnished Items: It has been determined that in order to decrease the total cost of this contract to the government that the following items and services will be furnished. 1. Specialists capable of: • Explaining biological and social science methods of ongoing and previous EVOS research work. • Preparing and explaining GIS-created map documents. • Coordinating the involvement of other EVOS researchers and community experts. • Developing a process for evaluating the map development process to inform future collaborative endeavors (Pacific Northwest Research Station Social Scientist to lead this effort). • Assisting with project coordination and facilitation of community outreach and public meetings (floating facilitators). • Contributing some communication products, including design work. Additionally, Alaska Geographic will be developing the main webpage. • Assisting with information organizing, sorting, and integration. 2. The contractor will be allowed to travel by USFS government vehicle or boat to and from work locations when accompanied by one or more USFS personnel. At no time will they be operating a government vehicle or boat. The USFS accepts the responsibility for the contractor’s safety during vehicle and boat transit. 3. Written and verbal instruction in safety procedures during transit to and while on location at field sites, and when in USFS vehicles, boats and facilities. E. Contractor Supplied Items: In addition to the specialized knowledge and skills the contractor brings to this requirement they shall also provide the following items. 1. Software and equipment necessary for collection and evaluation of information in order to generate summary reports and recommendations. 2. Any travel expenses accrued as a result of travel necessary for community engagement efforts (should be build into budget). F. Technical Specifications Community engagement and planning experience in rural Alaska and/or the Prince William Sound is preferred but not required. The date for delivery is 30 September 2009. Shipping terms are FOB Origin. 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: Proposals will be evaluated on the basis that the following technical factors are in descending order of importance whereby each factor is more important that the next: Technical proposal being approximately equal to relevant past performance. When combined, these technical evaluation factors are significantly more important than cost or price. A firm’s technical proposal will be evaluated based upon their technical approach to the performance work statement and the related qualifications of the personnel proposed. Offerors shall submit resumes of the personnel proposed along with narrative of technical approach. An evaluation of the technical approach will determine if offeror understands the performance work statement. Personnel resumes will be evaluated on the individual’s education, training and experience to the extend they add value to accomplishing the tasks outlined in the performance work statement. 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 “52.212-4, Contract Terms and Conditions – Commercial Items” applies to this acquisition and includes no addenda. 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: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52-233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all Contracts). (35)52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007)(41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (iii) 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). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007)(22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. The date, time and place offers are due is 17 December 2008 at 2:30 pm Alaska Time. Contact Denise Murphy for information regarding this solicitation at denisemurphy@fs.fed.us or 907-743-9531.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=76b026bdc3252b24b386399101ef4e56&tab=core&_cview=1)
 
Place of Performance
Address: Various locations in state of Alaska, Anchorage, Alaska, 99503, United States
Zip Code: 99503
 
Record
SN01709988-W 20081127/081125215315-76b026bdc3252b24b386399101ef4e56 (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.