SOLICITATION NOTICE
B -- Geology Services at Camp Bullis TX
- Notice Date
- 9/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Mission & Installation Contracting Center ? Fort Sam Houston, Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W9124J09R0045
- Response Due
- 9/11/2009
- Archive Date
- 11/10/2009
- Point of Contact
- maria fidone, 210-295-4760
- E-Mail Address
-
Mission & Installation Contracting Center ? Fort Sam Houston
(maria.fidone@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Mission and Installation Contracting Command Center- Fort Sam Houston has a requirement for geology services to support the Department of Public Works in fulfilling the requirement for continuous research to the Camp Bullis Karst Management Plan. The contractor shall perform endangered species monitoring, Karst faunal surveys, biological monitoring, and red imported fire ant treatment at Camp Bullis, TX. The work shall include biological studies of extant fauna, hydro-geologic evaluations, studies of prehistoric and historic paleontological studies of fauna associated with those features. 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. The solicitation number is W9124J-09-R-0045 and is being requested as a request for quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through the Federal Acquisition Circular 05-36. The procurement is unrestricted. The North American Industry Classification System Code 54712 with a threshold of 500 employees. The RFQ contains the following contract line item numbers (CLIN) and SubCLINs: 0001- Base Period Geology Services - The contractor shall perform endangered species monitoring, Karst Faunal surveys, biological monitoring, and red imported fire ant treatment at Camp Bullis, TX. The work shall include biological studies of extant fauna, hydro-geologic evaluations, studies of prehistoric and historic paleontological studies of fauna associated with those features. All work shall be done in accordance with the Performance Work Statement titled Professional support for Camp Bullis, USAG Fort Sam Houston, DPW Environmental Division. Period of Performance 29 Sep 09 28 Mar 09. Unit of Issue 6 months Per month $ _________ Total $ ___________ 0002 Contract Manpower Reporting - The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address: https:\\cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task or delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the website. This CLIN is not separately priced. 1001- Option Period Geology Services - The contractor shall perform endangered species monitoring, karst faunal surveys, biological monitoring, and red imported fire ant treatment at Camp Bullis, TX. The work shall include biological studies of extant fauna, hydro-geologic evaluations, studies of prehistoric and historic paleontological studies of fauna associated with those features. All work shall be done in accordance with the Performance Work Statement titled Professional support for Camp Bullis, USAG Fort Sam Houston, DPW Environmental Division. Period of Performance 29 Mar 09 28 Sep 09. Unit of Issue 6 months Per month $ _________ Total $ ___________ 1002 Contract Manpower Reporting - The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address: https:\\cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task or delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the website. This is CLIN is not Separately Priced. The services are to be performed at Camp Bullis, TX. Clauses: The following clauses/provisions apply to this acquisition and are hereby incorporated: Federal Acquisition Regulation (FAR) 52.204-7, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.217-5, 52.217-8, 52.217-9, 52.222-46, 52.228-5, 52.252.2. The following FAR clauses under 52.212-5 apply: 52.222-50, 52.233-3, 52.233-4, 52.203-6, 52.219-8, 52.219-9 (Alt II), 52.219-15, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, and 52.232-33. Defense Acquisition Regulation (DFAR) 252.204-7004, 252.212-7000, 252.232-7003, and 252.232-7010. The following DFAR clauses apply under 252.212-7001: 52.203-3, 252.219-7003, 252.219-7004, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023. The contract will be paid by Wide Area Work Flow. Instructions to Offerors Commercial Items (June 2008) Addendum to FAR 52.212-1 Offer shall submit: a) Technical proposal that demonstrates an ability to perform the services in accordance with the Performance Work Statement by submitting proper documents as identified in section 3.0 of the PWS. b) Prices for each CLIN/SubCLIN except for those marked NOT SEPARATELY PRICED. The pricing shall be provided in the standard form (SF) 1449. c) Offeror shall complete and submit Attachment 1 (Price Breakdown). d) In accordance with FAR 52.219-9 Offerors shall submit Small Business Subcontracting Plan. Evaluation: FAR 52.212-2 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. The following factors shall be used to evaluate offers: 1 The contractor must have a U.S. Fish & Wildlife Service Section 10(a)(1)(A) Species Survey and Recovery Permit for the endangered Karst Invertebrates of Central Texas. 2 The contractor must have a U.S. Fish & Wildlife Service Section 10(a)(1)(A) Species Survey and Recovery Permit for the Endangered Golden-cheeked Warbler. 3 The contractor must have a U.S. Fish & Wildlife Service Section 10(a)(1)(A) Species Survey and Recovery Permit for the Endangered Black-capped Vireo. 4 The contractor must have Occupational Safety & Health Administration Confined Space Entry Certification. 5 The contractor must have a Texas Department of Agricultural Pesticide Applicators License. 6 The contractor must have the National Cave Rescue Commission Weekend Training Course. 7 The contractor must have 5+ years minimum surveying, evaluating, and reporting on Golden-cheeked Warblers and Blacked-capped Vireos in the Edwards Plateau. 8 The contractor must have 5+ years minimum surveying, evaluating, and reporting on Karst and Karst Invertebrates, to include endangered Karst species found in the South Hill Country of Bexar and Comal Counties. 9 The contractor must have all specialized equipment for completing all tasks, such as, but not limited to, cave entry, field surveys, red-imported fire ant treatment around sensitive Karst areas, and hydrological field mapping experience. 10 The contractor must have specific knowledge and demonstrated abilities in the analysis and preservation of sensitive hydrologic, biologic, and cultural resources specific to the Southern Edwards Plateau. This can be demonstrated by the completion of peer reviewed scholarly articles pertaining to endangered Karst species and their habitat in the Southern Edwards Plateau. 11 The contractor must have specific knowledge and abilities in regard to Edwards Aquifer protection and analysis. This knowledge may be demonstrated in the submission of scholarly scientific articles or current research in the Edwards Aquifer. 12 The contractor must have the ability to direct, coordinate, and participate in graduate and post graduate level research project on all natural resources found on the installation. This requires that the person (s) directing the research hold a doctoral degree from an accredited university. This knowledge may be demonstrated in the submission of scholarly scientific articles or current research in the Edwards Aquifer. Any questions should be emailed to both maria.fidone at maria.fidone@us.army.mil and SRCC-W-RFP@conus.army.mil. Proposals: Offerors are required to submit with their proposal a cost breakdown. Synopsis/solicitation closes on September 11, 2008. Proposals must be received by September 11, 2009 at 12:00 PM Central Standard Time. Proposal can be emailed to maria.fidone@us.army.mil or faxed to (210) 221-3285.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK33/W9124J09R0045/listing.html)
- Place of Performance
- Address: Mission & Installation Contracting Center ? Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
- Zip Code: 78234-5015
- Zip Code: 78234-5015
- Record
- SN01939184-W 20090905/090904000453-8d7a9b5bb3ff34879441da8f55a34b24 (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 |