SOLICITATION NOTICE
F -- F-Land Treatment Practices Services for the Bureau of Indian, Southwest Region, Jicarilla Agency, Branch of Forestry
- Notice Date
- 6/17/2009
- Notice Type
- Presolicitation
- Contracting Office
- Bureau of Indian Affairs (BIA), Albuquerque Acquisitions Office, 1001 Indian School Road NW; ALBUQUERQUE, NM 87104
- ZIP Code
- 87104
- Solicitation Number
- RABQ2090053
- Response Due
- 7/1/2009
- Archive Date
- 7/15/2009
- Point of Contact
- JUDITH A. MARIANO (505) 563-3941<br />
- E-Mail Address
-
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 FAR 12.6, 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, RABQ2090053, is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 2005-23. The North American Industry classification (NAICS) code is 115310 and the business size maximum is $6.5 Million. The proposed contract is full and open. This office is requesting quotes on the following items: 0001 To perform Cultural Clearance Surveys and Report and the Unit is Job. Price$________ A firm fixed price type contract shall be awarded for this project in accordance with the specifications and dimensions as stated in the Statement of Work (SOW). The period of performance (POP) is from July 15, 2009 through December 20, 2009. The SOW is as follows: Statement of Work: Introduction: The BIA, Jicarilla Agency proposes to perform any combination of logging, thinning, slash treatment, and prescribed fire on timber stands and fuel breaks totaling approximately 2, 196 acres in the Los Cuates timber sale area. The project is located near the Northwest boundary of the Jicarilla Apache Indian Reservation. The proposed Los Cuates Timber Sale Area is an undertaking as defined in 36 CFR 800. 16(y) and has the potential to effect historic properties (cultural resources) located on Tribal lands. Therefore, prior to initiating this mastication/timber harvest treatment the Bureau of Indian Affairs (BIA) must consider the possible effects of the proposed project upon cultural resources in accordance with ? 106 of the National Historic Preservation Act (NHPA, 16 U.S.C 470). This shall be accomplished by conducting a culture resources survey on the proposed Los Cuates Timer Sale Area. Cultural Resource Survey: The archeological contractor shall conduct a 100 percent intensive on-the-ground, non-collection, non-disturbing, surface examination of the defined survey areas (see maps) and shall locate, mark, and document the cultural resources within the project area. A report of the survey shall be prepared to allow completion of NHPA ? 106 compliance and consultation with the Jicarilla Apache Nation and the New Mexico State Historic Preservation Officer. Permitting: All work shall be performed under a current BIA non-collection, non-disturbing survey authorization (permit) issued by the BIA, Southwest Regional Office, Albuquerque, New Mexico.If the contractor wishes to camp onsite, a permit for camping and campfire must be obtained. Contact personnel at the Jicarilla Agency, Branch of Forestry for the permits. Contractor will maintain a clean camp at all times and, upon completion of the project, will remove all equipment, supplies, constructed structures and trash from the Jicarilla Apache Indian Reservation. The contractor is not allowed to have doges or other pets at the campsite(s) or the Project area. The contractor will correct any form of resource damage, such as rutting, to the satisfaction of the COR. If the COR does not accept the damage correction, Payment will be withheld until the damage to the resources is corrected to the satisfaction of the Contracting Officer. Pre-field Investigations: Prior to initiation of field work, the contractor shall conduct an archaeological site file search for previously recorded archaeological sites within the proposed project area as well as an area extending out one mile from the proposed project boundaries. The file search shall be conducted of the Archeological Research Management System at the New Mexico Historic Preservation Division in Santa Fe, New Mexico and the project files at the BIA, Southwest Regional Office. Please include your TAX ID Number, CAGE Number (obtain at www.ccr.gov), and DUNS Number when submitting your quote. The Offeror shall provide an hourly rate for the base and four one year option periods to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. This solicitation incorporates one or more solicitation provisions by reference; with the same force and effect as if they were given if full text. Upon request, the CO will make their full text available. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-3 Offeror Representations of Certifications apply to this acquisition. Offerors must include a completed copy of the provision FAR 52.212-3, Offeror Representations and Certification/Commercial Items with their quote. If the Offeror does not have a copy of this provision, you may obtain a copy at www.arnet.gov or contact the CO to receive a copy. Provision FAR 52.252-1 Solicitation Provisions Incorporated by reference.. Clauses Incorporated by Reference, FAR 52.212-4 Contract Terms and Conditions - Commercial Items (SPR 1998). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); FAR 52.219-4, FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.225-16, Sanctioned European Union Country Services (FEB 2000); FAR 52.232-36 Payment by Third Party, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.214-64 Preference for Privately owned U.S. Flag Commercial Vessels, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled 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 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisition Regulation (DIAR) 1452.226-70 Indian Preference, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims; Travel Costs Clause; FAR 52.217-8, Option to Extend Services (para 1, 15 days); FAR 52.212-2, Evaluation. The Evaluation Factors are in descending order of importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: 1) Technical Capability 1a: Technical Approach: Describe your technical approach to accomplish each of the objectives and/or tasks delineated in the Scope of Work. 1b. Past Experience: List contracts that are of comparable size, complexity and similar; and, provide references demonstrating previous experience for this service. 2) Price 3) Past Performance: Provide recent & relevant contracts for the same or similar items, contract numbers, points of contacts with telephone numbers and other relevant information. Award will be based on the Best Value to the Government, overall acceptable quote, as submitted by a responsible Offeror & ability to provide the above requirements. Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company; electronic submissions via fax are acceptable. The due date for receipt of quotes is Wednesday, July 1, 2009; 11:00 am Local Time. You may mail your quote to BIA, 1001 Indian School Road NW, Albuquerque, NM 87104, or you can fax your quotes to (505) 563-3019. If you would like a copy of the full Statement of Work, please call or e-mail your request to (505) 563-3941 or judith.mariano@bia.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RABQ2090053/listing.html)
- Place of Performance
- Address: Jicarill Apache Indian Reservation in Northwestern New Mexico.<br />
- Zip Code: 87528<br />
- Zip Code: 87528<br />
- Record
- SN01847203-W 20090619/090617234749-b3e6715e2dff2dedbb531ea77250a0e2 (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 |