MODIFICATION
R -- VEGETATION MODEL FOR TONGASS FOREST PLAN IMPLEMENTATION
- Notice Date
- 7/31/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Forest Service - R-10 Tongass National Forest
- ZIP Code
- 00000
- Solicitation Number
- AG-0116-S-09-0006
- Response Due
- 8/14/2009 3:00:00 PM
- Archive Date
- 12/31/2009
- Point of Contact
- A Kay Steffey, Phone: 907-747-4273
- E-Mail Address
-
ksteffey@fs.fed.us
(ksteffey@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT TO SOLICITATION TO CLARIFY THE SUBMISSION OF PROPOSALS. __________________________________________________________________________ VEGETATION MODEL FOR TONGASS FOREST PLAN IMPLEMENTATION: This is a combined synopsis/solicitation for a commercial item 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 solicitation; QUOTES are being requested and a written solicitation will not be issued. Attached documents include a statement of objectives, and a schedule of items that will be incorporated into any resultant award and should be reviewed prior to submitting a QUOTE. SET-ASIDE: This acquisition is NOT set-aside, NAICS 541511. The size standard for this acquisition is $25 million. APPLICABLE CLAUSES: The following Federal Acquisition Regulation clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications—Commercial Items (included and uploaded as a separate attachment) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (the following clauses are checked as included: 52.203-13, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-50, 52.223-16, 52.225-3, 52.225-13, 52.232-33), 52.222-41 WD 05-2017 (Rev.-11) was first posted on www.wdol.gov on 06/02/2009. If any part of the work requirement demands access to the USDA Forest Service computer system the following clause applies: 452.204-71 PERSONAL IDENTITY VERICATION OF CONTRACTOR EMPLOYEES (OCT 2007) (a) The contractor shall comply with the personal identity verification (PIV) policies and procedures established by the Department of Agriculture (USDA) Directives 4620-002 series. (b) Should the results of the PIV process require the exclusion of a contractor’s employee, the contracting officer will notify the contractor in writing. (c) The contractor must appoint a representative to manage compliance with the PIV policies established by the USDA Directives 4620-002 series and to maintain a list of employees eligible for a USDA LincPass required for performance of the work. (d) The responsibility of maintaining a sufficient workforce remains with the contractor. Employees may be barred by the Government from performance of work should they be found ineligible or to have lost eligibility for a USDA LincPass. Failure to maintain a sufficient workforce of employees eligible for a USDA LincPass may be grounds for termination of the contract. (e) The contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. (f) The PIV Sponsor for this contract is a designated program point of contact, which in most cases is the Contracting Officer Representative (COR), unless otherwise specified in this contract. The PIV Sponsor will be available to receive contractor identity information from * (hours and days) to * (hours and days) at * (office address for registration). The Government will notify the contractor if there is a change in the PIV Sponsor, the office address, or the office hours for registration; however, it is the contractor’s responsibility to meet all aspects of paragraphs (c), (d), and (e). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-35. Any contract resulting from this combined synopsis/solicitation will be a supply contract subject to the terms and conditions as stated above. PROJECT DESCRIPTION: The Tongass National Forest (the Tongass) recently finished its Forest Plan Amendment. To implement the amendment, the Tongass needs to develop project plans that allow implementation of the Forest Plan (the Plan) (http://tongass-fpadjust.net/Documents/2008_Forest_Plan.pdf) as described in the Record of Decision (ROD) (http://tongass-fpadjust.net/Documents/Record_of_Decision.pdf). The complexity of the management situation requires a vegetation model to help implement the Tongass Adaptive Management Strategy (http://tongass-fpadjust.net/Documents/Media_Files/Timber-AdaptiveMgmtStrategy_887040_300dpi.pdf). The model is needed to assist in the designing management strategies for actual on-the-ground projects that meet Forest Plan direction and display progress towards the forest’s desired condition. The model should have the ability to: analyze large inventory data sets and complex rules; calculate timber harvest level considering the Plan management goals, objectives, and constraints; project effects of management on wildlife habitats; perform financial efficiency analyses; and assist in the development of a road building and maintenance strategy. A primary purpose of this acquisition is to train Tongass staff in using a vegetation model and to help develop a range of alternatives for feasible land management projects for a pilot project. The Tongass will select an initial project to evaluate a watershed (or perhaps a slightly larger area such as a Wildlife Analysis Area) with land management issues and objectives representative of the Tongass National Forest. Alternatives developed to implement the Tongass Adaptive Management Strategy will need to project the development of forest conditions over time, quantify the effects on wildlife habitat, and determine a harvest level that meets the objectives of the Plan. Wildlife habitat will be evaluated with incorporating deer habitat models such as Hanley’s FRESH Deer Model (http://cervid.uaa.alaska.edu/deer/). This acquisition also allows for any needed modifications to the vegetation model which are learned during the initial project and a full site license if the Tongass decides to adopt the model. The model will be utilized to project the forest conditions over time by simulating the land allocations and management action of the alternatives. The extent of this modeling effort when looked at from an entire plan revision perspective can seem large and complex. It is easier to understand the modeling by looking at the major components used in the model formulation. These major components include; the GIS data which defines the land allocations and spatial representation of numerous resources, the forest inventory data, growth and yield projections, road networks, the definitions of habitats and structural stages, the assumptions on habitat and structural stage development, and management assumptions to simulate the alternatives. All arrangements for Contractor personnel travel, including airline reservations and motel accommodations, will be the responsibility of the Contractor. PERFORMANCE PERIOD: The anticipated period of performance for CLIN 001 through 003 is August 2009 – January 2010. SUBMISSION FOR QUOTES: Quotes may be submitted on attached Schedule of Items. Quotes can be hand carried, mailed, faxed and emailed to: USDA Forest Service ATTN: A KAY STEFFEY Tongass NF - Contracting 204 Siginaka Way Sitka, AK 99835 FAX: 907-747-4289 Email:ksteffey@fs.fed.us Please reference the solicitation no. AG-0116-S-09-0006, quotes must be submitted no later than close of business (3:00 pm, Alaska Time) on August 14, 2009, quotes must include DUNS Number and Tax Identification Number. Each response must clearly indicate the capability of the contractor to meet all specifications and requirements stated in this announcement. Attachments (uploaded as separate documents): Schedule of Items and Statement of Objectives FAR 52.212-3, Offeror Representations and Certifications—Commercial Items
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-09-0006/listing.html)
- Place of Performance
- Address: Southeast Alaska, Sitka, Alaska, 99835, United States
- Zip Code: 99835
- Zip Code: 99835
- Record
- SN01894781-W 20090802/090731235507-8d970d01c6b1e16babbc9260528caebb (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 |