SOLICITATION NOTICE
R -- Project Management and Coordination for the Ecosystem Technical Work Group of International Upper Great Lakes Study
- Notice Date
- 3/30/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Humphreys Engineer Center Support Activity, US Army Humphreys Engineer Center Support Activity, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
- ZIP Code
- 22315-3860
- Solicitation Number
- W912HQ09T0012
- Response Due
- 4/20/2009
- Archive Date
- 6/19/2009
- Point of Contact
- Damon C. Moore, 703-428-8487<br />
- 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, 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. Reference number is W912HQ-09- T-0012 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-31. This solicitation is a 100 percent set aside for small business; the associated NAICS code is 541628 and small business size standard is $7M. Scope of Work Project Management and Coordination for the Ecosystem Technical Work Group of the International Upper Great Lakes Study I. Background: The International Upper Great Lakes Study Board (Study Board) is about to enter the third year of a five-year study for the International Joint Commission (IJC). The objectives of the study are to: "examine the physical processes and possible ongoing St. Clair River changes and their impacts on levels of Lake Michigan and Huron; "recommend and evaluate potential remedial options depending on the nature and extent of St. Clair River changes and impacts; "review the operation of structures controlling Lake Superior outflow and the potential effects on water levels and flows and the potential impacts on users; "assess whether changes to the IJCs Lake Superior Orders of Approval or regulation plan are warranted to meet contemporary and emerging needs, interests and preferences for managing the system in a sustainable manner; and "evaluate any options to improve the operating rules and criteria governing the upper Great Lakes system. The Study Board will make decisions that will affect the Upper Great Lakes for decades. Those decisions will be based on the Study Boards estimate of the impacts of various lake level regulation alternatives, and those estimates in turn will be based on assumptions about the impact areas each Technical Working Group represents; the environment, commercial navigation, hydropower, shoreline development, recreational boating, and domestic, municipal and industrial water use. II. Outline: The Ecosystem Technical Work Group (ETWG) is tasked with informing the Study Boards discussions and estimates on the impacts from various lake level regulation alternatives, specifically with respect to potential ecological impacts. In order to assess these potential impacts in an informed way, the ETWG must gather information and appropriate data from multiple sources to support an evaluation of environmental responses to alternative water-level regulation scenarios. However, time constraints will limit data collection efforts to one and a half field seasons and as a result; the ETWG will be pursuing a series of parallel data collection efforts at multiple sites over a relatively short period of time. III. Objectives: To ensure appropriate information and data are collected and evaluated efficiently, the ETWG requires a project manager to coordinate the activities and manage the flow of information and data between the ETWGs modeling group, GIS group, and site coordinators. The project manager will act as a liaison between the ETWG modeling contractor(s), site coordinators, and with other Technical Working Groups (TWGs). These services are to be performed on a part-time basis throughout 2009, but at varying levels of activity (i.e., some weeks will be full-time). Given the complexity of issues at hand, it is the responsibility of the project manager to ensure appropriate linkages are made and that project synergies are maximized. The ETWG requires a contractor that is already an expert in Great Lakes issues; has proven experience with data gathering approaches, including field studies; has a strong knowledge of the Upper Great Lakes Study; and understands the roles and responsibilities of the ETWG and the objectives of its data collection efforts. Preference will also be given to a contractor with demonstrated communication abilities, familiarity with software and modeling applications, and the ability to transfer large files using FTP protocols. IV. Tasks: The contractor (project manager) will provide multiple services throughout 2009: "Develop project timeline with key milestones and target dates "Collect additional data/information sources and input from participants at ETWGs Experts Workshop (held February 3-4, 2009); "Coordinate the development of metrics for performance indicators; "Document and confirm selection criteria for study areas/sample sites; "Develop documentation on the strategy for study approach for Peer Review; "Coordinate the development of interest satisfaction curves; "Serve as intermediary between the ETWGs modeling group, GIS group, and site coordinators; and "Engage and coordinate with other relevant TWGs (e.g., Coastal Zone TWG) and work groups in their data gathering and modeling efforts. V. Period of Performance: TASK 1: Develop project timeline with key milestones and target dates DUE - 15 Days After NTP TASK 2: Collect additional data/information sources and input from participants at ETWGs Experts Workshop DUE 30 Days After NTP TASK 3: Coordinate development of metrics for performance indicators DUE - 30 days after Modeling workshop TASK 4: Document/confirm selection criteria for study areas/sample sites DUE - 30 days after Modeling workshop TASK 5: Develop documentation on the Study Approach for Peer Review DUE - July 1, 2009 TASK 6: Coordinate development of interest satisfaction curves DUE - November 6, 2009 CLIN 0001, 1 LUMP SUM $___________________ Description: Contractor shall provide all labor, materials, and supervision necessary to provide services in accordance with the statement of work. CLIN 0002 COST$___________________ Description:In accordance with FAR 31.205-46, travel costs, if applicable, shall be reimbursed at rates not to exceed the maximum locality per diem (the combination of lodging, meals, and incidentals) in effect at the time of travel, as set forth in the Federal Travel Regulations, Joint Travel Regulation and Standard Regulations, Section 925, as applicable. All air travel must be booked on American-flagged carriers, unless otherwise directed by the Contracting Officer. The appropriate Government Official, Quality Assurance Personnel or Contracting Officer shall approve travel. All invoice for travel shall be accompanied by supporting receipts. CLIN 0003 1 LUMP SUM $___________________ Description: Manpower Reporting Evaluation Criteria: In order to determine which proposal represents the best overall value, offers will be evaluated in accordance with the following evaluation criteria: (1) Technical - Proposed Personnel, Understanding of the Requirement, and Past Performance; and (2) Price/Costs. This is a requirement for a Project Manager and Data Coordinator for the IUGLS Ecosystems TWG. Technical Criteria: a. Demonstrated, through past performance, 10 years or more, expertise in Great Lakes biology and aquatic ecology, specializing in fluvial sedimentology and hydrology; b. Demonstrated, through past performance, 10 years or more, substantial expertise in Great Lakes ecosystems activities, including data gathering and field studies and applying geospatial data and analyses to aquatic ecosystems in the Great Lakes Basin; c. Strong facilitation and communications skills and considerable experience developing innovative solutions to complex environmental problems within the Great Lakes Basin. Provide an example of a complex environmental problem and describe the innovative solution; d. Substantial knowledge, past experience, of the International Upper Great Lakes Study potential ecosystem study areas and performance indicators including an understanding of the roles and responsibilities of the ETWG, and an appreciation for the purpose and objectives of its data collection efforts; e. Demonstrate knowledge of past International Joint Commission Great Lakes studies regarding wetland inventories and ecosystem indicators. Price/Costs: Technical/past performance is significantly more important than cost/price. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. 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 Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), 52.222-50, Combating Trafficking in Persons. The following DFARS clause is applicable: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with following clauses that apply: 52.203-3, Gratuities and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. Contract Manpower Reporting applies, see https://cmra.army.mil for more information. The date, time and request for quote offers are due: 3:00 P.M. EDST, 20 April 2009 to damon.c.moore@usace.army.mil or fax to Attn: Damon Moore @ 703-428-8181 or mail to Attn: Damon Moore; 7701 Telegraph Rd., Kingman Building; Alexandria VA. 22315.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0980ae9d286036a7381b0b9a6378249f&tab=core&_cview=1)
- Place of Performance
- Address: US Army Humphreys Engineer Center Support Activity ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA<br />
- Zip Code: 22315-3860<br />
- Zip Code: 22315-3860<br />
- Record
- SN01780640-W 20090401/090330215002-0980ae9d286036a7381b0b9a6378249f (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 |