Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2016 FBO #5228
MODIFICATION

F -- Bio Environmental Survey

Notice Date
3/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X3CE6040A001
 
Archive Date
4/7/2016
 
Point of Contact
Justin D. Holmly, Phone: 334-953-1549
 
E-Mail Address
justin.holmly@us.af.mil
(justin.holmly@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Ammendment 001 The purpose of this ammendment is to; 1. Change the Site visit from 16 March 2016 @ 0900 to 16 March 2016 @ 1400. No other Changes Have been made. Please email TSgt Justin Homly justin.holmly@us.af.mil with any questions. I. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items and services as described in the PWS. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for proposal. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-87 and DFARS DPN change notice 20160226. A Firm Fixed Priced Award will be made in accordance with the following: NAICS Code: This acquisition is being solicited as a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this acquisition is 541620 with a dollar limit of $15,000,000.00. II. NATURE OF ACQUISITION: Maxwell AFB has a requirement to purchase the below services. This procurement will be awarded under Simplified Acquisition Procedures. There will be a site visit on 16 March 2016 @ 0900. The location is; 245 Lakeland Drive, Titus Alanbama, 36080 (Vigilant Warrior). All questions must be received by 18 March 2016, 12:00 hrs CST. Proposals must be received by 23 March 2016, 12:00 hrs CSPT. E-Mail proposals are acceptable. Email proposal to justin.holmly@us.af.mil and kimberly.knott.1@us.af.mil III. SCHEDULE OF SUPPLIES/SERVICES: Period of Performance (PoP): 30 March 16 - 18 November 16. The contractor shall provide the service listed below, which is to be performed on Titus Alabama, Vigilant Warrior. The Government estimates the quantities per CLIN, per year. (Government is not bound to this estimate.) CLIN 0001: Bio Environmental Survey. Qty: 1 Unit: Each Unit Price: $_____________ Total Cost: $_____________ Base Period PoP: 30 March 2016 - 18 November 2016 *All work is to be performed in accordance with (IAW) the attached Performance Work Statement (PWS). IV. QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. The offeror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Offerors must answer the below questions; •1. What similar projects have been performed in the past three years? Any similar DOD contracts? •2. Please provide a listing of employees that will work this project, identifying professional degrees/certifications and years of experience. •3. Please provide examples of similar surveys. •4. Please provide references for previous projects with contact informtion. b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. c. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. e. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220 IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. V. BASIS FOR AWARD Award will be based on lowest price technically acceptable. The offeror by acceding to all of the requirements of this synopsis/solicitation (see Quotation Preparation Instructions, Para a.) will be determined technically acceptable upon assessment of deliverables. Award will then be based on lowest price technically acceptable. VI. CONTRACT TERMS AND CONDITIONS: The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force Federal Acquisition Regulation (FAR) Site, http://www.farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available, IAW FAR 52.107 or view in the sites mentioned in provision 52.252.-1 and Clause 52.252.2. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items (Oct 2015) and 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this solicitation. In addition, offerors shall submit with their proposal a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2016) with Alternate I (Oct 2014). FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015), and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 2016). The following FAR provisions and clauses apply: 52.204-9, Personal Identify Verification of Contractor Personnel (Jan 2011); 52.204-13, System for Award Management Maintenance (Jul 2013); 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013); 52.237-2, Protection Of Government Buildings, Equipment And Vegetation, (Apr 1984). The following clauses cited in clause 52.212-5 also applies: 52.204-7, System for Award Management (Jul 2013); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015); 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed Debarment (Oct 2015); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-28, Post Award Business Program Representation (Jul 2013); 52.222-3, Convict Labor (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Apr 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); 52.222-40, Notification of Employee Rights under the National Labor Relations Act (Dec 2010); 52.222-41, Service Contract Labor Standards (May 2014); 52.222-50, Combating Trafficking in Persons (Mar 2015); 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) ; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer (Jul 2015); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.237-1, Site Visit (Apr 1984). The following DFARS provisions and clauses applies: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7003, Control of Government Personnel Work Product (Apr 1992); 252.204-7004, Alternate A, System for Award Management (Feb 2014); 252.204-7006 BILLING INSTRUCTIONS (Oct 2005); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Dec 2015); 252.225-7048, Export-Controlled Items (Jun 2013); 252.232-7003, Electronic Submission of Payment Requests and receiving Reports (Jun 2012); 252.232-7006, Wide Area Workflow Payment Instructions (May 2013); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013); 252.243-7001 Pricing of Contract Modifications (Dec 1991); AFFARS 5352.223-9001; Health And Safety On Government Installations (Nov 2012); AFFARS 5352.242-9000, Contractor Access To Air Force Installations (Nov 2012) FAR Clauses and Provisions by Full Text: 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (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. Award will be based on lowest price technically acceptable. This is a small business set-aside of a firm-fixed contract. The contractor must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Award will be made in the aggregate to the responsible contractor if the price is determined to be fair and reasonable, and does not exceed fair market price. (b) 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. (End of provision) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. •(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) (End of clause) 5352.201-9101 OMBUDSMAN APR 2014 (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Acquisition Support Branch, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05) (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) STATEMENT OF WORK (SOW) CONDUCT OF BIOLOGICAL SURVEY IN SUPPORT OF ENVIRONMENTAL IMPACT ANALYSIS PROCESS •1.0 Introduction. Maxwell AFB, AL has a requirement to conduct a biological survey at Vigilant Warrior (VW) Training Site in Elmore County, Alabama. The contractor is to provide the 42 ABW with environmental documentation in support of National Environmental Policy Act (NEPA) compliance, Environmental Baseline Surveys, and natural resource management at VW. This contract shall result in a report of baseline findings and management recommendations for the flora, fauna, habitat, and natural communities present at VW. •2.0 Acronyms/Definitions 42 CES - Maxwell Civil Engineering Squadron 42 CES/CEIE- Maxwell Civil Engineering/Environmental Officeice ADEM - Alabama Department of Environmental Management CPG - Comprehensive Procurement Guide EPA- Environmental Protection Agency ESA - Endangered Species Act FIFRA- Federal Insecticide, Fungicide, and Rodenticide Act MAFB - Maxwell Air Force Base NPDES- National Pollutant Discharge Elimination System PM - Project Manager SOW- Statement of Work TES - Threatened and Endangered Species USDA - United States Department of Agriculture USFWS - United States Fish and Wildlife Service VW - Vigilant Warrior Training SiteGIS - Geographic Information System •3.0 Applicable Specifications/Standards/Related Studies The contractor shall ensure that performance complies with the Clean Water Act, Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA), EPA National Pollutant Discharge Elimination System permitting requirements, ADEM Storm Water protection regulations, MAFB Storm Water Management Plan, Endangered Species Act, Migratory Bird Treaty Act, and any other applicable implementing regulations. The contractor will comply with all other applicable federal, state, and local regulations. The contractor shall be responsible for complying with all OSHA regulations for worker training and safety. 4.0 Task Description 4.1.Purpose. This requirement is to perform a biological assessment, to include e biological species and communities present at the Vigilant Warrior property. The contractor shall submit a final biological survey report that includes management recommendations for continued viability and ecological health of the site and its natural populations. 4.2 Background. The United States Air Force, Air Education and Training Command (AETC) operates and maintains Maxwell Air Force Base (MAFB), a military installation in Montgomery, Alabama. MAFB currently utilizes the Vigilant Warrior Training Site in Elmore County, Alabama to support its mission of training our nation's airmen. The VW site is a semi-developed, 201-acre training site leased by the Air Force from Alabama Power Company. The property contains 3 main cantonment and training areas. Development is mostly within the central "Red Gate" area (approx. 10-12 acres), with a smaller semi-developed area at the "Blue Gate" (approx. 2 acres). The remainder of the property is largely wooded, with a network of trails traversing the site. There are several small streams that drain into nearby Lake Jordan. Most flora and fauna observed to date are typical of that found in the region, but no previous survey data exists. 5.0 Scope of Work 5.1 The Contractor shall provide all necessary personnel, facilities, equipment, and materials required for completing tasks identified in this SOW. 5.2 The contractor shall perform site surveys of the flora, fauna, special habitat, natural communities, etc., on the VW property. Surveys should take into account the ecosystem and natural communities of the surrounding area and Lake Jordan; however, survey work will be confined to the VW property itself. 5.3 The contractor shall prepare and submit (a) field notes and survey data, (b) a final, complete Biological Survey report of findings, and (c) management recommendations for continued viability and ecological health of the site and its natural populations. 5.4 Personnel overseeing field work, preparing and certifying the biological survey shall be a biologist or ecologist having proper degree(s), professional qualifications, and experience to perform the work according to accepted industry standards. Contractor shall provide adequate oversight, review, and quality control on all field work, analyses and documentation. 6.0 Specific Tasks 6.1 Task 1. Information Review and Research. Review existing information, identify and acquire information to include special status species lists for state and county(ies) relevant to the project, and the USFWS list ( http://www.fws.gov/endangered/ ). Existing information about the VW site, including prior EBS and EA reports, will be reviewed. If specific information must be obtained from other federal, state, or local governing agencies, the contractor is not to contact regulatory agencies directly without coordination through the Contracting Officer and the designated technical representative.. Using this preliminary research and performing an initial cursory site inspection of the VW property, the contractor will formulate specific survey plans in accordance with accepted industry standards and the requirements below. The proposed survey plan will include a brief summary of potential resources, a brief description of proposed survey methods, and a timetable for proposed survey periods and site visits. Deliverable 1: Proposed Survey Plan and Timetable 6.2 Task 2. Field Work and Site Surveys. 6.2.1 Conduct site surveys to identify and characterize the biological resources at VW. Biological resources may include: special status species and associated habitat, Essential Fish Habitat (EFH) protected by the Magnuson-Stevens Act (MSA), migratory birds protected under the federal Migratory Bird Treaty Act (MBTA), fish passage conditions in streams that support resident or migratory fish, wildlife crossing hot spots, unique biological features, or other biological resources regulated by other state, federal, or local regulations. Special status species may include: state or federally listed or proposed species (and designated critical habitat) and associated distinct populations segments (DPS) or evolutionarily significant units (ESU's), state or federal sensitive species [including candidate, species of concern, state sensitive lists, or state-protected non-game wildlife species], and species on Bureau of Land Management (BLM) or U.S. Forest Service (USFS) Sensitive or Survey and Manage lists (if appropriate based on land ownership). Unique biological features may include: fisheries resources (e.g., spawning habitat, side channels), fish or wildlife passage barriers, dense concentrations of noxious weeds, potential migratory bird nest sites, bat hibernacula or other unique habitats or features. Larger areas of natural/ecological communities & natural plant associations will also be identified, preferably using a tool such as the U.S. National Vegetation Classification system, or similar framework. Problem species such as noxious weeds or other invasive species will also be noted. Field work must be conducted under direct supervision of a qualified biologist or ecologist, as per Section 5.3 of this SOW. Field notes and survey data will be compiled into a draft form and submitted to the designated technical representative within 20 days of the conclusion of each field survey period. Final field notes and survey data will be included as appendices to the final report. 6.2.2 Flora: Surveys shall be conducted at the appropriate season(s) for peak flowering of target species and for identification of noxious weeds. At least 2 survey periods will be necessary to capture early and late flowering species. Survey methods required will be based on the following definitions: Field Check - the survey area is given a quick "once over" or "drive by" but the surveyor does not walk completely through the project area. Typically conducted to evaluate potential presence of suitable habitat. Cursory - used to confirm the presence of species of interest identified in previous surveys or in the habitat suitability evaluation. The entire area is traversed at least once. Also, a cursory survey can be used to determine if a plant population that had been previously documented at a site remains present or intact. Focused (Intuitive Controlled ) - the most commonly used and most efficient method of surveying for TES plants. This method requires adequate knowledge of suitable habitat in order to accurately select the areas of focused searching. When conducting intuitive controlled surveys, an area somewhat larger than the identified suitable habitat should be searched to validate current suitable habitat definitions. All botanical species observed should be identified and recorded. General/Complete - the entire survey area is traversed at the appropriate season for each potential species, utilizing transects widths that are sufficient to locate the target species and cover the entire site. All botanical species observed should be identified and recorded. Sampling - survey of a subset of the total survey area. Random or stratified sampling may be utilized in very large areas to search for suitable habitat areas where focused surveys will be conducted. Other forms of sampling must be approved in advance by the regulating agency. An initial cursory inspection of the site shall be performed to assess the site as a whole and identify potential species, habitats, and communities. All areas accessible by internal and perimeter trails shall be traversed by utility vehicle or on foot at least once. Using professional knowledge, surveyor may then use the Focused Intuitive method to search for species of special concern. Survey should include a minimum of 5 sampling plots which would be representative of vegetation across the site in its differing terrain. 6.2.3 Fauna: Survey for fauna shall be conducted during at least 2 site visits that capture significant potential for various species to exhibit activity or utilize the site during different seasons. Mammalian species observed to date on site have been typical of mammals in the area. All mammalian species observed during surveys shall be noted in the report. Fish on site would be limited to species that may inhabit the small drainage streams feeding into Lake Jordan. Observed fish species and relative abundance should be recorded, but no specific sampling for numbers or populations will be included in this task. Surveys for herpetofauna should note all species observed on site but may be focused on the small streams, other favorable habitat areas, and sensitive species. At least two periods of avian point-count inventories should be performed during times of greatest potential migratory bird activity (i.e.: spring and fall). Observed nesting sites shall be noted in survey reports. Observed insects and relative abundance should be noted; however, survey should focus on any insects of special concern and presence & abundance of nuisance insects. No specific sampling for numbers or populations will be included in this task. Deliverable 2: Draft Survey Data and Field Notes 6.3 Task 3. Biological Survey Report The contractor shall prepare a draft Biological Survey Report. The Biological Survey Report must be certified by a qualified biologist or ecologist as per Section 5.3 of this SOW. The report must include: A brief description of the project area and natural setting, with general considerations of the area of potential direct and indirect impacts (such as for downstream water habitat; drainage into Lake Jordan). A brief description of predominant land uses, habitat types, special habitat features related to special status species, and existing conditions in the project area. A table of special status species potentially occurring in the county(ies) of the project area. A brief discussion of biological resources that are known to or potentially occur in habitats present in the project area. Maps that show the locations of known records or observations of special status species, habitat types, and unique biological features within the project area or that have the potential to be affected by use of the property. Representative photographs of the project area and of biological features located in the project area. Discussions and recommendations for the long-term management of biological resources on site. Identification of invasive plants or noxious weeds, and management recommendations. Deliverable 3: Draft Biological Survey Report 6.4 Task 4. Files, Mapping and GIS Data The contractor shall: Create and provide general location maps of sampling plots and other relevant field survey locations. Identify and map, in GIS format, locations of key biological feature (habitat types, natural communities, unique resources, etc.), and include them in the draft and final survey reports. Deliverable 4: Final Biological Survey Report, GIS data, reference materials obtained under this contract work, and associated files. 7.0 General Compliance Requirements 7.1 Release of Information Neither the contractor nor the contractor's personnel shall give news releases, conduct media interviews, or provide information concerning the work performed under this contract, unless approved by the Maxwell AFB Public Affairs Officer and authorized by the Contracting Officer. All inquiries should be directed to the Maxwell AFB Public Affairs Officer, the Contracting Officer or the Contracting Officer's Representative, as appropriate. 7.2 Documents and Records 7.2.1 All material, software, and GIS data gathered and/or developed in the performance of the tasks listed in this statement of work shall be the property of the government and shall not be used or distributed by the contractor without written approval of the Contracting Officer. As stated in para 5.1 of this SOW, materials not provided by the government, such as adjoining land use, zoning data, digitized background maps, etc., shall be acquired by the Contractor and shall become the property of the government upon publication of any document or completion of this contract. 7.2.2 Document Standards. The contractor shall develop and prepare any materials necessary, such as drawings, charts, maps, or photos, for a complete and professional product. All documents specified in this statement of work, including "Draft" documents, shall be professionally prepared and free of typographical, mathematical, grammatical and spelling errors. Any document submitted with multiple errors will be rejected and returned to the contractor without complete review, pending submittal of a professionally prepared document at the contractor's expense. An unacceptable document is not considered a deliverable. 7.2.3 Document Formatting. Unless otherwise instructed by the designated technical representative specified in this SOW, all draft documents submitted for Air Force review shall comply with the following instructions. The contract title and contract number shall appear on title sheets of all reports submitted. For all stages of draft submittals, all sheets and covers include the date in the header or footer, and shall have the word "DRAFT" on the page. All sheets of the draft documents shall be printed with line numbers in the left-hand margin, starting with the number "1" at the top of each page. Pages shall be numbered consecutively in each part of the document. An Executive Summary shall be included, and consecutively numbered with alphanumeric designators (for example, page 4 of the Executive Summary would be numbered ES-4). The Table of Contents shall be numbered using consecutive lower case Roman numerals. The chapters of the document and pages up to the start of the Appendices shall be numbered with consecutive Arabic numerals that identify the chapter and page (for example Chapter 2, page 13 would be numbered as 2-13). The Appendices shall be numbered with the appropriate alpha designator and Arabic numerals (for example Appendix A, page 13 would be number A-13). This format will facilitate review and revision of these documents. 7.2.4 Document Review and Comments. Draft documents will be reviewed by the government within 15 working days of document receipt. Any comments or corrections noted by the government will be discussed with the contractor before taking any action. Validated corrections shall be incorporated into each subsequent draft or final submittal. The contractor shall provide a written response to all validated review comments/corrections in the final package for each deliverable. 7.2.5 Document Submittals. Document submittals and number of copies shall be in accordance with Section 11.1 of this SOW. Hard copies of documents should be comb-bound paper copies, or 3-hole punched and secured in a notebook binder with labeled cover and spine. Electronic copies should be on labeled CD-ROMs in both Microsoft Word Version and Adobe Acrobat Portable Document Format (PDF). The CD shall be labeled with project name, project number, submittal phase, date, and contractor's firm name. The contractor shall use Times New Roman font and a pitch of 12 for text files. For the PDF file, the Contractor shall prepare and submit a single file that includes all graphics and maps. This PDF file will be used to facilitate Air Force and regulatory agency document review (where appropriate). 7.2.6 Drawing and GIS Data. Electronic GIS data shall be supplied to MAFB in SDSFIE format, version 3.1. The MAFB GIS office (42 CES/CENPL) can provide additional guidance and coordination, as needed. 7.2.7 Certifications. In a List of Preparers, which will be an appendix within the final report, the contractor shall list all personnel that worked on the project, along with their professional qualifications. 8.0 Performance of Work. Services shall be conducted in conformity with applicable regulations and industry standards to contribute maximum satisfaction to responsible base offices. Services shall be made with minimum divergence from schedules once established. All services shall be made with minimum disturbance and maximum protection of property. 8.1 Scheduling and Site Access. The contractor shall submit a proposed field study schedule to the contracting officer within 15 days of contract award. Proposed schedule shall take into account seasonal conditions applicable to the flora and fauna, and the number of field survey periods needed/planned, as detailed in section 6.2. The designated technical representative shall be notified at least seven (7) working days prior to any field visits to location VW. 8.2 Supervision. Contractor shall provide competent supervision at all times when work is in progress. Contractor is responsible for scheduling and coordinating various trade activities. The contractor is also responsible for assuring that all work accomplished and materials used are in accordance with industry standards. 8.3 Access. The designated technical representative shall have access at any and all times to the contractor's equipment, materials, supplies, assigned areas and sites of operation for inspection purposes. 8.4 Performance Time. Performance time shall be date of award for 240 days. 8.4.1 Time is needed to accommodate seasonal surveys of the fauna and flora. 8.4.2 If necessary, a notice that a delay will be incurred must be provided to the contracting officer and designated technical representative, at least 24-hours in advance of event. An email (if receipt acknowledged) is acceptable notification and must contain reason for delay and length of delay. 8.5 Pass and Identification Items. The contractor shall ensure the following pass and identification items required for contract performance are obtained for employees and non-government owned vehicles: 8.5.1 DD Form 1172, Application for Uniformed Services Identification Card (AFI-36-3026, Identification Cards For Members of The Uniformed Services, Their Family Members and Other Eligible Personnel, and AETC Instruction 36-3001, Issue and Control of AETC Civilian Identification (ID) Cards). 8.5.2 AETC Form 58, Civilian Identification Card (AETCI 36-3001). 8.5.3 AF Form 1199, USAF Restricted Area Badge, or locally developed badge. 8.5.4 AF Form 75, Visitor/Vehicle Pass (AFI 31-204). 8.6 Retrieving Identification Media. The contractor shall retrieve all identification media, including vehicle decals from employees who depart for any reason before the contract expires; e.g., terminated for cause, retirement. 8.7 Freedom of Information Act Program. The contractor shall comply with AFI 37-131, Freedom of Information Act Program (FOIA), and requirements. The regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding For Official Use Only (FOUO) material. 8.8 Reporting Requirements. The contractor shall comply with AFI 71-l0l, Volume­1, Criminal Investigations and Volume-2, Protective Service Matters, requirements. Contractor personnel shall report to an appropriate authority, any information or circumstances of which they are aware may pose a threat to the security of DOD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment and as required thereafter. 8.9 Physical Security. Areas controlled by contractor employees shall comply with Base Operations Plans/instructions for THREATCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. 8.10 Traffic Laws. The contractor and its employees shall comply with base traffic laws and regulations. 8.11 All contractors who will work in or near the airfield must receive airfield drivers training prior to driving on the airfield IAW (AF 13-213, 2.1.3.39.7.) This training will be provided by Airfield Management at Bldg. 844, phone 953-7406/7407. 8.12 Inspection and acceptance will be conducted in accordance with this SOW. 9.0 Government Provided Reference Material 9.1 The Contractor shall have access to applicable unclassified data available through the government POCs. Available data for VW includes MAFB Natural Resources Plan, previous VW Environmental Assessments and VW Environmental Baseline Surveys. Maps of the site will also be provided. 10.0 Deliverables: TASK DELIVERABLES DATE HARD COPIES CD-ROM 1 Survey Plans and Timetable of Field Studies 10 days after contract award 2 1 2 Draft field notes and survey data for each survey phase 20 days from conclusion of each phase of field study 2 1 for each phase and in final report. 3 Draft Biological Survey Report 30 days prior to completion of contract 2 1 4 Final Biological Survey Report, files, reference materials, GIS data Completion of contract 3 3 11.0 Designated Technical Representative: The designated technical representative can assist the contractor in the interpretation of technical requirements and performance of the effort required. The designated technical representative has no authority to impose additional requirements or to change or delete existing requirements of this SOW. Any clarification provided by the designated technical representative concerning the work to be performed shall not be construed as a change to the SOW. Any changes to the original Scope of Work must be approved by the contracting officer prior to any new work being performed. Primary Beth Osgood 334-953-6417 Alternate Trent Hill 334-953-5260 PRIMARY ALTERNATE Beth Osgood, Environmental Specialist Trent Hill, Environmental Manager 334-953-6417 Wk 334-953-5260 Wk 334-580-0055 Cell 334-782-7883 Cell 334-953-4333 Fax 334-953-4333 Fax --End of Section-- REQUIRED POSTERS. Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3CE6040A001/listing.html)
 
Place of Performance
Address: 245 Lakeland Dr.Titus Alabama, Titus, Alabama, 36080, United States
Zip Code: 36080
 
Record
SN04051196-W 20160317/160315235634-c5138a2c8fca78f6b1685c8eee71e2d7 (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.