Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
MODIFICATION

R -- HI-PACIFIC ISLANDS CCC-RHC PROJECT MGMT

Notice Date
5/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F17PS00601
 
Response Due
6/15/2017
 
Archive Date
6/30/2017
 
Point of Contact
Lautzenheiser, Karl
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit for and procure a firm-fixed-price (FFP) Resilient Hawaiian Communities (RHC) Project to provide a model for resiliency planning in Native Hawaiian communities across the Hawaiian Islands. Project is a small business set-aside. Applicable NAICS code is 514618. Small business size is defined as $15.0 million or less annually when averaged over a three year period. The period of performance for the project is from date of award to May 31, 2019. The following is an overview of the Scope of Services: 1. GENERAL In 2017, the Pacific Island Climate Change Cooperative (PICCC) received a grant from the Department of the Interior to work with two Native Hawaiian communities in developing resilience plans. While community emergency preparedness plans are becoming more common in Hawai'i, few communities have engaged in forward-looking resilience planning that encompasses projections of environmental change and variability, describes the accompanying impacts to ecosystems and their services, and identifies appropriate responses that support socio-cultural resilience. 2. BACKGROUND By working with two communities in a robust co-development process, the Resilient Hawaiian Communities (RHC) Project will provide a model for resiliency planning in Native Hawaiian communities across the Hawaiian Islands. Partnering with the PICCC on this RHC project is the Department of the Interior ¿s Office of Native Hawaiian Relations, National Park Service Pacific Islands Office, and Ka Huli Ao Center for Excellence in Native Hawaiian Law and the Environmental Law Program at the University of Hawai'i Manoa. Central to the RHC project is the management of various activities such as engagement with representatives of the two selected Native Hawaiian communities, coordination with project partners and advisors, and development of reports and other products. These activities require expertise related to strategic planning, public policy analysis, and community organizing. Qualified and specialized contract services are required by PICCC to assist the management and oversight of the RHC Project. 3. SCOPE OF SERVICES The Contractor shall conduct the following Scope of Services during the aforementioned Performance Period: i.Overall project coordination a.Work with RHC Project co-leads to update and refine project deliverables, benchmarks, and timeline. b.Track progress in meeting RHC Project benchmarks and make recommendations for course correction if needed. c.At the conclusion of the project, assist in evaluating success in meeting goals and benchmarks. d.Maintain regular written, electronic, and verbal communications with the RHC Project co-leads, working group, and community lead organizations. e.Meet at regular intervals with PICCC Coordinator to report progress on project implementation. ii.Meeting coordination and facilitation a.Coordinate and facilitate regular meetings of RHC Project co-leads, including scheduling, preparing meeting materials, and tracking decisions/action items. b.Coordinate and facilitate regular meetings of the RHC Working Group. c.Coordinate and facilitate meetings with community lead organizations. d.Convene and report out on a final meeting of community and project partners to share lessons learned. iii.Community engagement coordination a.Assist RHC Project partners in identifying lead organizations to manage their community ¿s planning process. b.Develop and manage sub-contracts for community planning activities. c.Facilitate community process to identify planning scope, scale, and timeframe. d.Assist communities in identifying scientific and other technical needs for successful planning. e.Assist communities in drafting resilience plans. iv.Scientific and technical expertise coordination a.In coordination with PICCC staff, develop tailored syntheses of climate and other drivers of change for each community, assisted by the Legal Fellow and working in tandem with the lead organization identified in each community. i.Solicit review of and feedback on the syntheses from Working Group and other subject matter experts. b.Coordinate needed scientific and technical expert participation in the planning process as identified by the communities. v.RHC Legal Fellow oversight a.Work with Ka Huli Ao Center for Excellence in Native Hawaiian Law and PICCC Coordinator in developing RHC Legal Fellow work plan and deliverables. b.Coordinate closely with RHC Legal Fellow in development of legal/policy analyses and other research products. Modification of the Scope of Services is subject to mutual agreement between the parties and compliance with applicable Federal policies and regulations. 4. PERIOD OF PERFORMANCE The period of performance shall begin on May 1, 2017 and by completed on May 31, 2019. Modification of the Performance Period is subject to mutual agreement between the parties and compliance with applicable Federal policies and regulations. 5. CONTRACTOR FURNISHED EQUIPMENT, SUPPLIES AND MATERIALS The Contractor shall furnish all equipment as needed and stated on the Statement of Work. 6. EVALUATION AND ACCEPTANCE Evaluation and acceptance will be determined by the service staff prior to payment. Basis for award will be "Lowest-Priced, Technically-Acceptable" The Government will first conduct a price analysis to determine fairness, reasonableness and if unbalanced pricing exists. Offerors proposals will then be ranked from the lowest to the highest-priced. The Government will then evaluate the technical proposal of the apparent, lowest-priced offerer. If the apparent, lowest-priced offeror's technical proposal is `Unacceptable', the Government will then evaluate the technical proposal of the apparent, second lowest-priced offerer. This process will continue until a lowest-priced offeror's technical proposal is 'Acceptable.' Once the Government identifies the lowest-priced, technically-acceptable offerer, the Government will continue to evaluate offeror's technical proposals until the second lowest-priced, technically-acceptable offeror is identified. Once the two (2), lowest-priced, technically-acceptable offerors are identified, the Government will not evaluate technical proposals from offerers who proposed higher pricing. The purpose of identifying the second lowest-priced, technically-acceptable offerer is so the Government can establish adequate price competition to ensure a fair and reasonable price. In determining whether a proposal as technically acceptable, the offeror must submit the following information with their proposal submission for evaluation: 1. Past Performance: List at least one (1) past project performed that is similar in nature to the Statement of Work with current points of contact and phone numbers (not-to-exceed five (5) pages) performed over the last five (5) years. The contractor is solely responsible for the accuracy of this information as the Government will not pursue incorrect contact data. 2. Experience: In determining whether a proposal is technically acceptable, the Service will be asking for a technical proposal (not-to-exceed ten (10) pages) that specifies similar capability/experience in performing work elements similar in nature to the Statement of Work (i.e., working with Native Hawaiian communities, working local natural and cultural resource issues and providing services related to strategic planning, public policy analysis and community organizing) of the solicitation package over the last five (5) years. Firms shall provide no more than five (5) projects. Each project shall have a final contract value not greater than $250,000.00. 3. Price (no page limit). Solicitation Number F17PS00601 with attachments is being posted on or about May 18, 2017 with proposals due by 3 PM PST on June 15, 2017. Questions are required by the close of business on June 6, 2017 and can be submitted directly to karl_lautzenheiser@fws.gov. Proposals must be received by mail channels by no later that date/time or can be emailed to Karl_Lautzenheiser@fws.gov. No further notice will be posted on FedBizOpps. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical or contract questions, please contact Karl Lautzenheiser by email to Karl_Lautzenheiser@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F17PS00601/listing.html)
 
Record
SN04514289-W 20170520/170519000126-0bcad5fa97165626ab3071522b722ea3 (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  © 1994-2020, Loren Data Corp.