Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 06, 2009 FBO #2779
SOLICITATION NOTICE

B -- Coordinate and provide reports to Walla Walla District Corps held conference on Anadromous Fish Evaluation Program fish passage.

Notice Date
7/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-09-Q-0126
 
Response Due
7/29/2009
 
Archive Date
9/27/2009
 
Point of Contact
Clarence Miller, 509-527-7215<br />
 
E-Mail Address
US Army Engineer District, Walla Walla
(clarence.a.miller@usace.army.mil)
 
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. COMBINED SYNOPSIS/ Scope of Work ANNUAL REVIEW OF THE 2009 ANADROMOUS FISH EVALUATION PROGRAM 1.PROJECT BACKGROUND AND PURPOSE The U.S. Army Corps of Engineers (Corps), Northwestern Division, has sponsored biological studies concerning anadromous fish passage on the Columbia and lower Snake Rivers. These research, monitoring, and evaluation studies are managed under the Anadromous Fish Evaluation Program (AFEP), which is coordinated with Federal, State, and Tribal fish agencies throughout the region. These agencies, in turn, provide both scientific/technical and policy-level input to the Corps on study objectives, experimental designs, and methodologies. The main purpose of AFEP is to provide scientific information that will assist the Corps in making decisions regarding the safe passage of anadromous fish past the eight dams and reservoirs on the lower Columbia and Snake Rivers. Each year, a forum is held to have the funded AFEP researchers present current year study results to the region. 2.STATEMENT OF CONTRACTOR SERVICES The Corps, Walla Walla District, is responsible for hosting the 2009 annual AFEP review meeting, for approximately 300 attendees, from December 1-4, 2009. As a result, the Walla Walla District requires a contractor to produce a report containing a scientific abstract of each 2009 AFEP study, and coordinate a professional meeting where researchers will present study results. Base Tasks Task 1: The Contractor shall prepare a standard template for scientific abstracts and submit it to the Government for approval by September 30, 2009. Once the template has been approved by the Government, the Contractor shall solicit an abstract of each presentation from the researchers. This shall be done prior to October 15, 2009, using a mailing list provided by the Government, by making initial contact with each researcher and providing them with information on where to obtain the scientific abstract template. The Contractor shall additionally ensure that each researcher is informed of the need to produce, in addition to an abstract, a presentation created with Microsoft PowerPoint. A final contact/call for abstracts will be initiated with researchers on 2 November 2009. Final abstracts are due to the Contractor by close of business on 13 November 2009. A final contact/call for PowerPoint presentations will be initiated with researchers on 20 November 2009, with final presentations due to the Contractor by close of business on 30 November 2009. The Contractor is not required to include abstracts received after the deadline in the final report. The Contractor shall proofread, format each abstract for consistency; and provide a draft report of the complete abstract package to the Government technical point of contact (POC) not later than 20 November 2009. Following the Governments review of the report, the Contractor shall make any changes required by the Government. The Contractor shall produce an attractive report cover that incorporates the official Corps logo, which shall be provided by the Government. The arrangement of abstracts within the report shall directly correspond to the arrangement of titles in the agenda provided by the Government. The report shall include a table of contents, page numbers, and sectional tabs to facilitate abstract organization. Reports from previous years have been approximately 80 pages in length. The Contractor shall have 300 copies of the report printed, tape-bound, and available for handout at the meeting on 1 December 2009. The Contractor shall, using a mailing list provided by the Government, issue an informal meeting invitation that includes registration instructions to potential attendees throughout the region, accept registration information, and compile a list of registrants. The informal meeting invitation shall be issued no later than October 15, 2009. Task 2: The Contractor shall coordinate parking, security, and set-up issues with either Walla Walla Community College or Whitman College, where the Government will secure facilities for the 2009 AFEP review meeting, and facilitate communication between researchers, the Corps, and the College, as necessary, prior to and during the meeting. The Contractor shall provide sufficient staff members to coordinate and/or perform setup before the meeting. These staff members shall also perform various tasks during the meeting, including: "Maintain a presence of two people at a desk in the front lobby to greet people, register attendees, and distribute reports and name tags; "Answer questions and assist presenters; "Assist with operation of the audio/visual equipment at the meeting as needed to assist the campus staff. This may include loading presentations on a laptop computer, opening appropriate presentations when scheduled, quality assurance that equipment and sound system of building are functioning properly prior to start of daily presentations. Task 3: The Contractor shall obtain and/or create a variety of materials necessary to provide a professional setting including, but not limited to, pencils, pens, and attendance sheets. This shall include a laptop with the powerpoint presentation loaded for use each day of the meeting. The Contractor shall create and post signs clearly directing attendees to the correct parking areas and conference room. The Contractor is encouraged to utilize their own creative skills in producing signs of the appropriate size, font, and color. The Contractor shall create a minimum of 8 posters of the daily agendas, at least two posters per day. One daily agenda poster will be located in the conference room and the other daily agenda will be located near the entrance into building. The daily agendas will be provided by the Government. The Contractor shall create a minimum of 10 signs, which shall be utilized to direct individuals to meeting hall. In the past around 10 to 15 signs and posters have been created and utilized for the conference. The Contractor shall also provide professional, preprinted nametags for all registered attendees at the start of the meeting. The Contractor shall have blank nametags available for attendees who did not register for the meeting in advance. Task 4: The Contractor shall videotape all presentations during the 2009 AFEP review. The Contractor is responsible for providing video production equipment, which must be capable of providing a video with quality sound and graphics. The Contract shall edit the final video, and eliminate any dead time between presentations. The final product shall display each presentation, along with any questions and/or comments relevant to the presentation. The Contractor shall provide 250 copies (DVD's) of the edited video, one to each participant, and the remainder to the Corps no later than February 28, 2010. Task 5: The Contractor will construct a website for interactive use with participants for sharing/accepting information. Website manager should also have access to an ftp site with adequate storage for participants to upload powerpoint presentations. The website shall contain general information such as AFEP meeting background, the abstract template, and general requests/comments. The website shall contain a meeting agenda with links to each individual abstract and powerpoint presentation. The website shall contain clear directions to the meeting location, and information on lodging, restaurants, and other outside activities of interest to participants. 3.SCHEDULE OF DELIVERABLES All tasks will be performed between contract award and 28 February 2010. The schedule of deliverables is as follows: Deliverable Date Task Prior to September 15 meet with Corps planning staff for a pre-work discussion and bring an Abstract template to review with the Corps staff. 23 October 2009 Final request for abstracts 20 November 2009 Final request for PowerPoint presentations 20 November 2009 Report draft to Government 1 December 2009 Report printed and bound 1-4 December 2009 Provide staffing to meeting 15 January 2010 Provide CD's of powerpoint presentations for distribution to participants 28 February Provide DVD's of meeting presentations for distribution to participants 4.THE CORPS WILL ASSIST WITH THE FOLLOWING: a.The Government shall provide an overall agenda for the meeting, as well as daily agendas for each of the 4 days of the meeting. b.The Government shall provide a list of all researchers who will make a presentation during the 2009 AFEP annual review, complete with physical mailing addresses, email addresses, and phone numbers. c.The Government shall provide a list of potential attendees to the 2009 AFEP annual review, complete with physical mailing addresses, email addresses, and phone numbers. d.The Government shall review the draft report and cover, and provide comments to the Contractor by noon on 25 November 2009. e.The Government shall secure a meeting room at either Whitman College or Walla Walla Community College, in Walla Walla, Washington, for the review meeting. 5.SPECIAL CONDITIONS a.All materials, reports, drawings, maps, illustrations, notes, web pages and the work developed or acquired in the performance of this agreement shall be and remain the sole property of the Government and may be used on any other work without additional compensation to the Prime Contractor or their subcontractors. The Contractor agrees to furnish and provide access to all material at the request of the Contacting Officer or his/her representative. b.Original photography, digital graphics and illustrations, text, etc., used in this production shall become the property of the Walla Walla District, Corps of Engineers. Possession shall be surrendered to same upon completion of the contract with no copyright encumbrances retained by the Contractor. c.The Contracting Officer or his/her representative may, at all reasonable times, inspect or otherwise evaluate the work being performed hereunder and the premises on which it is being performed. If any inspection or evaluation is made by the Government on the premises of the contractor, the contractor shall provide all reasonable facilities and assistance for the safety and convenience of the Government Representative in the performance of their duties. d.Coordination will be maintained between the Contractors Project Manager and the Contracting Officer or his/her representative to ensure that the Governments best interest is served. Likewise, close coordination will be maintained between the Contractors Technical Lead(s) and the Corps Technical Lead(s). 6.METHOD OF PAYMENTS Upon submission and Government acceptance of the required deliverables and related materials, the contract will be paid in accordance with Government determination of work completed at that point in time, which is as follows: Payment will be made upon delivery and acceptance of final required products. This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement will be the only notice and constitutes the only solicitation; a written solicitation will not be issued. This is a small business set aside. NAICS: 541990 ($7 million). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular [FAC] 2005-33. This action is per FAR Part 12 Acquisition of Commercial Items. Closing date for responses is July 29, 2009 at 2:00pm Pacific Time. Point of Contact is Clarence Miller or Lana Birdsell FAX 509--527-7802 ADMIN INFO: In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). Contractors can access the CCR free of charge at http://www.ccr.gov. For contracting opportunities, visit the Federal Business Opportunities (FedBizOpps) site, www.fbo.gov.. The provisions at 52.212-1 Instruction to Offerors Commercial, and 52.212-3 Offeror Representations and Certifications Commercial Items. apply to this acquisition. See the following website for the full text of provisions and clauses: http://www.arnet.gov/far The FAR clause at 52.212-4, contract terms and conditions-Commercial Items, applies to this acquisition. Also, FAR clause 52.212-5 applies with checkmarks under this clause for the following - 52.219-28, 52.222-3, 52.222-21, 52.222-36, 52.222.50, 52.225-13, 52.232-33. Contracting Office Address: US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876 Place of Performance: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA 99362-1876 US Point of Contact(s): Clarence Miller, 509-527-7215 Email: Clarence.A.Miller@usace.army.mil or Lana Birdsell 509-527-7226 Email: Jean.L.Birdsell@usace.army.mil FAR 52.212-2 Evaluation: 70% Technical composed of experience (Work of a similar nature over the last five years and provide contact information for past performance verification) and 30% price. Cost shall be submitted with a breakout for each task priced separately. US Army Engineer District, Walla Walla
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-09-Q-0126/listing.html)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA<br />
Zip Code: 99362-1876<br />
 
Record
SN01865619-W 20090706/090704233034-2e22b9658f0f8b955cd1b598fab74ee9 (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.