Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2009 FBO #2821
SOLICITATION NOTICE

B -- Squirrel Population Study

Notice Date
8/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11 CONS, 20 MacDill Blvd Suite 400, Bldg P20, Bolling AFB, District of Columbia, 20032, United States
 
ZIP Code
20032
 
Solicitation Number
F1A3D69159A001
 
Archive Date
9/8/2009
 
Point of Contact
Daniel Huston, Phone: 202-767-8035, Maria B. Williams, Phone: 202-767-8103
 
E-Mail Address
daniel.huston@afncr.af.mil, maria.williams@afncr.af.mil
(daniel.huston@afncr.af.mil, maria.williams@afncr.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are effective through Federal Acquisition Circular (FAC) 2005-36. The North American Industry Classification System code is 541620 at $7 million. Work shall be in accordance with the following Performance Work Statement (PWS). Contractors shall bid each line item as an all inclusive price. LINE ITEM 0001: Conduct a Squirrel Population Study on Bolling AFB, DC 20032. 1. DESCRIPTION OF SERVICES - The contractor shall provide all personnel, labor, equipment, tools, materials, transportation, supervision, management, and other items and services necessary to conduct a study of the squirrel population on Bolling Air Force Base. This study is the result of health and safety concerns with the squirrel population chewing through electrical wires to access entry into dwellings, which exposed electrical wires has the potential to cause serious fire damages. 1.1 SCOPE OF WORK - The following work description shall serve as general information only and shall not limit the contractor's responsibility or obligations to conform to all local, state, and federal laws. 1.1.1. - Conduct an independent study or access proven information from other sources to ascertain the baseline population of the Eastern Grey Squirrel in the Washington Metropolitan Area, paying particular attention to the Bolling AFB area and its immediate surroundings. 1.1.2 - Conduct an investigation into the current squirrel population on Bolling AFB, particularly around Westover Avenue. 1.1.3. - Compare these results to the baseline information to determine if the population of squirrels on Bolling AFB is within an acceptable range for the area. 1.1.4 - Prepare a report to be presented to the Base Commander documenting the results of this study/investigation to include suggestions on controlling the population, if needed. 1.2 SAFETY - The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all local, state, and federal requirements. All personnel shall be instructed to be mindful of maintaining a safe environment for the facility occupants. 1.3 GOVERNMENT REMEDIES - The Contracting Officer shall enforce corrective measures in accordance with applicable policies and procedures for contractor's failure to perform satisfactory services or failure to correct non-conforming services. 1.4 HOURS OF OPERATION - Consultant shall perform the majority of this service during normal duty hours. Normal duty hours are from 0700 to 1600 hours Monday through Friday. 1.5 FEDERAL HOLIDAYS - The following is a list of Federal Holidays observed by this installation. If the holiday falls on a Saturday, the preceding Friday is observed as the holiday. If the holiday falls on a Sunday, the following Monday is observed as the holiday. Normal work operations, which fall on a government holiday, shall be performed the next business work day. New Years Day, Martin Luther King Jr. Birthday, President's Day, Memorial Day, Independence Day, Veterans Day, Labor Day, Columbus Day, Thanksgiving Day, Christmas. 1.6 SECURITY REQUIREMENTS - All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering Bolling Air Force Base, shall abide by all security regulations pertaining to safety, traffic, fire, and personnel clearances of the installation. 1.7 BASE ACCESS - The contractor shall obtain personnel identification passes for all employees and vehicle passes for all contractor and personal vehicles entering Bolling AFB. The contractor shall submit a personnel roster on company letterhead to the Contracting Officer. The roster shall include all personnel working on the contract in alphabetical order to include, full name, date of birth, social security number, and driver's license number with its state of issue. Vehicle registration, proof of insurance and a valid driver's license must also be presented for all vehicles when entering the installation. 1.7.1 - Lost vehicle and entry passes shall be reported immediately to the visitor control center and the Contracting Officer. 1.8 PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER IN ACCORDANCE WITH DoDI 3020.37 - In the event the contractor is unable to perform their daily operations due to peacetime emergency and/or wartime contingency disturbances, etc., neither the government nor the contractor shall take action for non-compliance with the contract requirements. 1.9 COORDINATION - The point of contact for this project is the 11th Civil Engineer Squadron Program Manager, Mr. Trenton London (202) 404-7003. 1.10 QUALITY ASSURANCE - The government shall evaluate the contractor's performance under this contract using the periodic surveillance method to ensure compliance of all objectives stated in the Performance Work Statement. 1.11 WARRANTY - N/A 2. SERVICE DELIVERY SUMMARY - N/A 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES - Water, electrical power, existing facility lighting, and restroom facilities will be made available to the contractor by the government during the performance of their work. THE GOVERNMENT SHALL NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES TO THIS SOLICITAITON. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITION, EITHER BEFORE OR AFTER THE CLOSING DATE. INSPECTION AND ACCEPTANCE TERMS: FAR PROVISIONS INCORPORATED BY REFERENCE: 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items, factors are: Technical, Price and Past Performance, 52.215-5 Facsimile Proposals, 52.237-1 Site Visit. FAR PROVISIONS INCORPORATED BY FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.222-22 Previous Contracts and Compliance Reports, 52-222-25 Affirmative Action Compliance, 52.252-1 Solicitation provisions Incorporated by Reference, 52.252-3 Alterations in Solicitation. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. FAR CLAUSES INCORPORATED BY REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.212-4 Contract Terms and Conditions Commercial Items, 52.222-3 Convict labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52-222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act of 1965, as Amended, 52.223-3 Hazardous Material Identification and Material Safety Data, 52.223-5 Pollution Prevention and Right to Know Information, 52.223-6 Drug-Free Workplace, 52.223-10 Waste Reduction Program, 52.223-11 Ozone Depleting Substances, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection of Government Building, Equipment, and Vegetation, 52.242-15 Stop-Work Order, 52.253-l Computer Generated Forms, 252, 223-7001 Hazardous Warning Labels, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 Electronic Submission of Payment Requests, 252.246-7010 Levies on Contract Payments, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7000 Material Inspection and Receiving Report, 252-247-7006 Removal of Contractor's Employees, 252-247-7007 Liability and Insurance. FAR CLAUSES INCORPORATED BY FULL TEXT: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.252-2 Clauses Incorporated by Reference, 52.252-4 Alterations in Contracts, 252.212-7001 Contract Terms and Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 5352.201-9101 Ombudsman, 5352.242-9000 Contractor Access to Air Force installations, 5352.223-9001 Health and Safety on Government Installations. SOLICITATION RESPONSES must be received no later than 4:00 pm Eastern Standard Time 24 Aug 2009 at 11TH Contracting Squadron/LGCF, 20 MacDill Blvd, Suite 247, Bldg P20, Bolling AFB, DC 20032. Mail, facsimile (202) 767-7896, or e-mail response to daniel.huston@afncr.af.mil. An official authorized to bind your company shall sign the offer. THERE WILL BE A SITE VISIT ON 18 AUG 2009, BEGINNING PROMPTLY AT 1000. PLEASE CONTACT: SSGT HUSTON, VIA E-MAIL, TO SUBMIT YOUR LIST OF PEOPLE WHO'LL BE ATTENDING, NOT LATER THAN 3:00 P.M. ON 17 AUG 2009. The prevailing wage determination is WD 05-2103 (Revision 7) dated 24 March 2009. The website for this wage determination is http://www.wdol.gov/wdol/scafiles/std/05-2103.txt. To be eligible for an award, all contractors must have a valid registration with in the Central Contractor Registration (CCR). Contractors can contact the CCR by calling 1-888-227-2423 or via the internet at www.ccr.gov. The FAR clause web site is http://farsite.hill.af.mil. Point of Contact: SSgt Dan Huston, Contract Specialist, Ph 202-767-8035, FAX 202-767-7896; e-mail: daniel.huston@pentagon.af.mil. Maria Williams, Contracting Officer, Ph 202-767-8103, FAX 202-767-7896, e-mail: maria.williams@bolling.af.mil. PLACE OF PERFORMANCE: Bolling AFB, Washington DC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/AFDW11CONS/F1A3D69159A001/listing.html)
 
Place of Performance
Address: Bolling AFB, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN01911204-W 20090815/090814001107-d2f505766f25561aba42f512d7a92776 (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.