SOLICITATION NOTICE
R -- R- BIOCONTROL MONITORING FOR WESTERN NAVAJO AGENCY
- Notice Date
- 5/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
- ZIP Code
- 87305
- Solicitation Number
- A11PS00420
- Response Due
- 5/27/2011
- Archive Date
- 5/23/2012
- Point of Contact
- Mary Jim Contract Specialist 5058638257 ;
- 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
- N/A
- Description
- The Bureau of Indian Affairs (BIA) is soliciting offers to procure services for the BIA, Western Navajo Agency, Branch of Natural Resources, Tuba City, Arizona. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, a written copy is not available. Solicitation No. A11PS00420 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. STATEMENT OF WORK:Tamarisk Leaf Beetle (Biological Control) Monitoring Project Land Management Districts 1, 2, 3, 5 and 8 (Western Navajo)Land Management Districts 9, 12, and 13 (Northern Navajo) I.Background The goal of the monitoring effort is to determine the value and impacts of the tamarisk biological control agent, the tamarisk leaf beetle, on river systems within the San Juan and Little Colorado River Basin affected by the beetle and to distribute this information to invested land managers and scientists. The project proposal is located in the Western Navajo Agency (WNA) and Northern Navajo Agency (NNA) jurisdiction along the major water tributaries to monitor the Tamarisk leaf beetle that is defoliating the Tamarisk leaves. The biological agent monitoring was initiated by the Tamarisk Coalition to support the local land users on management of invasive species and water resources, http://www.tamariskcoalition.org/tamariskcoalition/index.html. The objective of the project proposal is to monitor the target species Elaeagnus angustifolia L., and Tamarisk family within San Juan and Little Colorado watershed. The two woody plants are not continuous along the watershed but isolated and patches. Tamarisk and Russian olives are invasive plants and covered under the current bill, H.R. 2720 and Senate bill S. 177 to control the plants. II.Project Location The Bureau of Indian Affairs Western Navajo Agency (WNA) & Northern Navajo Agency, Branch of Natural Resources' Noxious Weed Inventory and Control Program is proposing to monitor Tamarisk Biological control along major streams and tributaries along the San Juan River, Colorado River, and Little Colorado River. The project is located along the drainage Land Management District 1, 2, 3, 5 and 8 in Coconino, Apache, San Juan and Navajo Counties of AZ and UT and Land Management District 9, 12, and 13. The location of the project is entire Western Navajo Agency and Northern Navajo Agency where there is Tamarisk infestation along streams, roads, communities and other land disturbance areas. III.Purpose The goal of the monitoring effort is to determine the value and impacts of the tamarisk biological control agent, the tamarisk leaf beetle, on river systems within the San Juan and Little Colorado River Basin affected by the beetle and to distribute this information to invested land managers and scientists. IV.Cultural Resource Protection There are some cultural resources in the monitoring vicinity but there will be minimum disturbances during the Tamarisk biological control monitoring which would lessen the potential of a significant impact. No heavy equipment will be utilized to disturbed any potential area. V.Scope of Work Project Area Description The project area is utilized by varies land users from ranches, farmers, residents, recreationalist, wildlife, livestock, and established communities. The area is infested with Tamarisk and also known as a water source for livestock and wildlife. The area is located on a trust land where the BIA has the trust responsibility to protect and preserve the natural resources. Vegetation and Soil The soil description is available on line for certain areas, AZ711 at USDA NRCS Web Soil Survey http://websoilsurvey.nrcs.usda.gov/app/HomePage.htm. The vegetation description range from galleta, black gama, Indian ricegrass, sand dropseed, blue gama, threeawn, locoweed, globemallow, Mormon tea, broom snakeweed, prickly pear, yucca, buckwheat, Utah juniper, rabbitbrush, Pinyon pine, cheatgrass, Tamarisk, mustard, warm season annual grasses, cool season AAGB, cool season annual forbs, morning glory, wild onion, Russian thistle, spike dropseed, whipple cholla, and other unidentified plant community. Ecological site description is available online http://esis.sc.egov.usda.gov/Welcome/pgReportLocation.aspx?type=ESD. Objective and Methodology Goals: The Agency's 2010 monitoring program is part of an ongoing effort, to further support a body of knowledge that will determine the value of the beetle, Diorhabda spp., as a tamarisk biological control agent on six river systems. More must be known about how the beetle will ultimately affect the riparian landscape. The primary goals of this study are 1) to obtain data concerning the dispersal and establishment of Diorhabda spp., 2) to ascertain the impacts of this bio-control agent on riparian native and non-native plant ecology and wildlife habitat, and 3) to distribute the data and make the collected information available to the public. Surveys will be conduct according to the Protocol, Appendix 2. Contractor Qualifications:* Experience in Tamarisk Leaf beetle monitoring protocol and survey, at least 3 years of experience in surveying and data collection including mapping*Key Personnel: Entomologist with PhD on board the team to key out the Tamarisk leaf beetle identification; know when to start the monitoring based on life cycle; has experience with Tamarisk and beetle interaction in the ecosystem on the Navajo Region. Resume and letter of commitment required for everyone on the team. * Familiarity with Navajo Region's noxious weeds (Tamarisk species) found in Western & Northern Navajo Agencies* Familiarity with the Tamarisk Coalition's beetle monitoring protocol* Skill in use of GPS and GIS technology* Availability and commitment to provide services for duration of the project* Ability to prepare a professional post field work report of the inventory results A.The Contractor Shall Perform The Following: 1.The Contractor shall set up a pre-work meeting with the Agency before starting the work. At the meeting, a survey schedule will be set up with locations and number of crew. 2.The Contractor shall obtain the entire necessary biological survey permit from the Navajo Nation Fish & Wildlife and other appropriate permits. 3.The Contractor shall conduct the monitoring by driving surveys, river using boats surveys, hiking surveys in the WNA area. 4.The Contractor shall provide support, a public presentation at impacted communities at the Navajo Nation District Grazing Meetings, data analysis, and other support. 5.The Contractor shall provide all data including GIS shapefiles with a report and map once the biological monitoring is completed in electronic and hard copy. 6.The Contractor shall set up a close-out work meeting with the Agency to discuss the findings of the data collection and provide suggestions. B.Bureau of Indian Affairs, Branch of Natural Resources Shall: 1.The Agency shall provide staff to assist, to participate, to conduct and other support in monitoring and be available as local guide on rural access roads. 2.The Agency shall provide the general topographic map of the project site for the Contractor. 3.The Agency shall inform the local communities through local District Grazing meetings about the monitoring project before the survey commence. 4.Government-furnished property. No equipment is to be provided to the Contractor. 5.Government-furnished information. The Government will provide the contractor with a map showing the location of the monitoring project. VI.Performance Times And Delivery Dates The work shall be performed by the Contractor in or around June to September under ideal weather conditions and life cycle of the Tamarisk leaf beetle. Period of performance is 120 days from issuance of Notice to Proceed. VII.Describe the Government's Monitoring Methods The Agency has informed the locals about the monitoring/survey beforehand so that the locals are aware of the biological agent monitoring. The Agency will document the monitoring activities to ensure Quality Assurance. The Agency will be at the project area on a weekly basis until the project is completed. ( PLEASE CONTACT MARY JIM FOR A COPY OF APPENDIX 1 AND 2 AT mary.jim2@bia.gov.)Appendix 1: Map of the Tamarisk Biological Control Monitoring Project (purple area). Appendix 2: Map of the Western Navajo Agency showing in detail the Land Management District 1, 2, 3, 5, and 8. Appendix 3: Tamarisk Coalition's Tamarisk Leaf Beetle Monitoring Protocol -2009 - Check the Tamarisk Coalition's website for the most current protocol. http://www.tamariskcoalition.org/ Tamarisk Leaf Beetle Monitoring Protocol 2009 In general the goal of the biocontrol monitoring protocol is to define when, where, and how many Diorhabda elongata are in existence across the region. Within that we then want to have a good idea of where defoliating sized populations exist, where newly aggregated populations are rising, and where beetles have yet to spread to. This protocol is designed to be fast and efficient and answer only basic questions about D. elongata distribution and abundance. It can be utilized on and off the river and should be a basic protocol for establishing the degree of beetle presence in an area. In general the amount of sweep samples taken within an area can be variable; of course the more sweeps across a region the greater the resolution of our data. It should be best followed that for every 5 sweep sets a GPS point should be taken and data recorded for that location, the more sweep sets the better, but utilize 5 sets as a minimum. General Sweep Surveys: Using standard 15" aerial sweep nets and doing ~1 m sweeps; 5 sweep sets will be done per sampling location/GPS point. Per sweep set, 5 sweeps will be done within the tamarisk foliage. After each set of 5 sweeps, the contents of the net will be recorded using defined parameters (Table A). This should be repeated 5 times roughly 5 m away from each previous sweep set. Such that 5 sets of 5 sweeps, each roughly 5 meters apart will be done per sampling location. Per sampling location, a GPS point should be recorded along with the attributed data for each sweep set (see Table A). If marginal tamarisk is present for sampling, sweep sets should still be done on whatever tamarisk is present. River Surveys: During river surveys, sampling locations should be stopped at every 1.5 km. When on land the 5 sets of 5 sweeps protocol (The General Protocol listed above) should be done within roughly 50 m of the landing point (variably 25 m up and downstream). When possible tamarisk off the waterline should be swept, but with efficiency in mind when searching for a tree. When no tamarisk is present or inaccessible at the 1.5 km point, float to the next available tamarisk and sweep there. Following, only proceed to the next point that was 1.5 km from the original intended stopping point that was missed. In areas when getting off the boat is impossible (overhanging tamarisk/vegetation on both sides), "floating surveys" should incorporate 25 sweeps spread over roughly 50 m of vegetation. Sweeps should be done again in sets of 5 with roughly 5 m between sets, the difference being that the net will only be counted at the end of all 5 sets (i.e. 25 sweeps) rather then counting the contents 5 separate times. Counting: When counting net contents take care in not letting beetles escape or fly away when possible. Shaking the net vigorously or tapping the sides can sometimes knock beetles into the bottom of the net aiding in the count. All adult beetles should be counted. We have decided to avoid counting sexes though this year, except in certain situations where we believe the data to be worth the time spent. Larvae will be counted as either "Early" (1st and 2nd Instars: small & black with no yellow stripe) or "Late" (2nd & 3rd Instars: larger body, with noticeable yellow stripe). Do not worry about fine details dictating Early and Late as it is mostly anecdotal information. A quick glance before and during each sweep set for eggs is all that is necessary for answering if eggs are present or absent. Look on the branches for the creamy pink/white egg clusters. This is also very anecdotal information and should not take much time. Defoliation will be categorized for each sampling location as the average level of defoliation within the sample location and recorded as "Hi/Med/Lo." We will avoid using percentages, due to observer differences. For the untrained eye, "Lo" will entail mostly green trees, described as frosted, having a slight haze of brown, or very minute patches of defoliation, easily overlooked as un-defoliated. "Hi" will descend from the 100% defoliated trees that look dry, brown and completely dead, to the trees that are roughly 80% brown and nearing a lack of any green foliage. "Med" is the large swath in-between that represent trees bearing a stable amount of green foliage, but also showing distinguishable signs of defoliation. Mind that the bright yellow tinge that tamarisk get mostly late in the fall is Leaf Hopper damage and should not be confused as D. elongata defoliation. In concurrence with defoliation, refoliation should also be recorded. Following similar levels: "Hi/Med/Lo." Refoliation is best noticed by the "fireworks puffs" or "poodle puffs" that are the signature of tamarisk re-sprouting. Leaves will re-sprout out of the sides of branches and trunks. "Lo" will be the presence of these puffs with only a slight recovery over the plant. "Med" will again be more broad, entailing roughly 30-70% of the tree holding newly sprouted vegetation. "Hi" will be roughly 80% or more of the tree greenly foliated. Note that partially defoliated trees may be confused as refoliated, but typically refoliation will not occur until after at least the hatching of the 1st Summer generation of beetles in Mid June- Mid July and should be comparable to non defoliated material as looking greener and healthier. Again observer judgment will have to be involved and extra notes may be needed. Data Recording: When sweeping an area 1 GPS point should be taken for every 5 sets of sweeps (or equivalent 25 sweeps) and multiple GPS points can be taken at a site if more intensive sweeping is utilized. Upon taking data at each GPS point, the date and kilometer number (if on a river survey) should be recorded followed by the sweep data and when possible photos of the sweep area should be taken and recorded by their respective ID number. When at all possible, written comments about geographical location, note worthy net samples, or other significant information should also be recorded. Anything is better then nothing. END OF STATEMENT OF WORK Award will be made to the lowest priced offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable, please adhere to evaluation criteria listed in Section M. FAR CLAUSE 52.212-02, EVALUATION - COMMERICAL ITEMS (a) The Government will award a contract resulting from 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 factors shall be used to evaluate offers: In the order of importance. Factor I - Technical CapabilityFactor II - Management CapabilitiesFactor III - Past Performance (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SECTION M:Award will be made on the basis of the lowest evaluated price of proposals meeting the technically acceptability standards. The Government intends to select the Lowest Price Technically Acceptable offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of proposals (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.2.Evaluation The Government will conduct a lowest price technically acceptable source selection as required under FAR 15.101-2. The Government will evaluate all offers to determine technical acceptability proposal with the lowest evaluated price. Each Factor will be rated either "Acceptable" or "Unacceptable." All factors must be "Acceptable" in order to be determined as technically acceptable. A proposal with any factors that are rated as "Unacceptable" will not be considered. M.3.Evaluation Factors Factor I - Technical CapabilityFactor II - Management CapabilitiesFactor III - Past Performance Factor I - Technical Capability proposal for services to provide a service of qualified firms to monitor tamarisk biological control, in accordance with the Scope of Work in accordance with the SOW. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the proposed technical approach. The technical proposal should reflect a clear understanding of the nature of the work to be performed. The proposal shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The proposal should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW.b)Understanding of general and local condition which can affect the SOW. c)Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW.d)Capability to produce deliverables in response to the SOW. Factor II - Management Capabilities for services to provide a service of qualified firms to monitor tamarisk biological control, in accordance with the Scope of Work in accordance with the SOW. Each offeror shall submit a plan consisting of a narrative explanation of their proposed on-site approach to project management and coordination; and cost control measures on change orders and how they are proposed and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the proposed key personnel qualifications. The assessment will consider whether the proposal provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a)Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project.b)Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path. Factor III - Past Performance for services to provide a service of qualified firms to monitor tamarisk biological control, in accordance with the Scope of Work in accordance with the SOW. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. "Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction". CONTRACT CLAUSES: The following FAR Clause including all addenda applies to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 - Contract Terms and Conditions-Commercial; 52.236-09 Protection of existing vegetation, structures, equipment, utilities, and improvements; 52.212-02; Evaluation CI; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.232-1, Payment; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Payment by Third Party (May 1999);52.229-3, Federal, State, and Local Taxes (April 2003). The following Department of Interior provisions and clauses apply to this solicitation: DIAR 1452-226-70, Indian Preference - Department of the Interior. In Section K, please complete the following FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items and 52.201-03, Taxpayer Identification submit along with your quote to the BIA, Navajo Region, Division of Acquisition, Attention: Mary Jim, P.O. Box 1060, 301 W. Hill Ave., Rm. 346, Gallup, NM, 87301. Any further questions regarding this RFQ may be directed to Mary Jim, at (505) 863-8257 by close of business, 4:30 P.M., Local Time, May 27, 2011. Offers submitted by facsimile and email will be accepted at mary.jim2@bia.gov, the fax number is (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A11PS00420/listing.html)
- Place of Performance
- Address: BIA, WESTERN NAVAJO AGENCY, BRANCH OF NATURAL RESOURCES TUBA CITY, AZ
- Zip Code: 86045
- Zip Code: 86045
- Record
- SN02455193-W 20110526/110524234303-6af33ba187153de8593c7f63e8d834e1 (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 |