Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
SOLICITATION NOTICE

B -- Environmental Consuting Services - Lauer Dam

Notice Date
6/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Pacific Regional Office 2800 Cottage Way, Rm W-2820 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
A12PS01610
 
Response Due
7/27/2012
 
Archive Date
6/27/2013
 
Point of Contact
Jodi Zachary Contract Specialist 9169786025 jodi.zachary@bia.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Indian Affairs, Pacific Region has set-aside this requirement for Total Small Businesses to provide Environmental Consulting Services. 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; quotations are being requested and a written solicitation will not be issued. Solicitation number A12PS01610, is issued as a Request for Proposals (RFP) in accordance with FAR Parts 12 & 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. All responsible sources may submit a quotation which shall be considered. The project magnitude is expected to be between $25,000 and $75,000. Award will be made on an all or none basis. The Government will award a Not-To-Exceed, Time and Materials purchase order. This requirement is unrestricted under NAICS Code 541620, Size Standard of $14M. SCOPE OF WORK: The Bureau of Indian Affairs (BIA) has a requirement for an Army Corps of Engineer permit and a Water Quality Certification from the State Water Resources Control Board for the re-construction of Lauer Dam. An EA for Lauer Dam access road and a Wetland Delineation study were completed in 2007 and 2006, respectively. However, the USACE has requested the Delineation study be updated to include the borrow areas and the immediate downstream of the Dam. The following work items are to be performed: (1) Review existing reports and conduct site visit to assess the borrow areas and the downstream area of the Dam pertaining to potential impacts/connection to stream and wetlands. (2) Water of the U.S. Delineation and jurisdictional determination. (a) Prepare delineation map and report: a report and map (1" = 100') to show location of water of the U.S. that could (or could not) be subject to the Army Corps jurisdiction. (b) Prepare mitigation plan(s). (3) Prepare permit packages: (a) Prepare and submit USACE permit application, which could be individual permit application. (b) Prepare and submit 401 Water Quality Certification application to both the State and EPA. (4) Meetings with BIA, Tribal, and permitting agencies as needed to ensure all the data required by the permitting agencies are developed and provided. ** The borrow area is located in Section 28 of Township 43 North, Range 13 East, and the downstream area of the Dam is in portions of Sections 16 and possibly15 of Township 44 North, Range 13 East. The borrow area is located on Tribal trust land. TENATIVE SCHEDULE: Upon award, the contractor shall complete the following tasks by the tentative dates noted in parentheses: TASK 1: Review existing conceptual construction plans, design, EA, Delineation Report, agency correspondence, and environmental reports. (August 24, 2012) ** TASK 2: Prepare mitigation plan (September 14, 2012); Submit applications and supporting documentation for Individual permit and 401 water certification (September 21, 2012); Identify areas of potential impact; prepare maps of impact areas (1" = 100' to show location of water of the U.S. that could (or could not) be subject to the Army Corps jurisdiction); calculate quantity of fills. (September 28, 2012); Prepare jurisdictional delineation and submit a request for USACE review with copy to BIA. (September 28, 2012) ** TASK 3: Meet with BIA, Tribal, and USACE staff as requested by BIA to make sure all data/issues/problems required by the USACE are discussed and resolved; Provide additional data/information as required by USACE and WRCB to ensure all permit requirements are met until the permits are obtained. The contractor shall ensure that a USACE permit and a WRCB certification are obtained before the contract ends; WRCB and USACE issue permits (February 15, 2013) DELIVERABLES: (1) The contractor shall produce professional quality Delineation map(s) and report. The report shall include location of water of the U.S. that could (or could not) be subject to the Army Corps jurisdiction. The map shall include locations of all wetland locations, and quantity of fills needed. (2) The contractor shall prepare and submit the Army Corps permit application to include the aforementioned map and report. The contractor shall prepare and submit a 401 Water Quality Certification application to both the State and EPA. (3) The contractor shall meet with BIA, Tribal, and permitting agencies (USACE and WRCB) as needed. The contractor shall develop and provide supplemental data as required by permitting agencies to ensure all permit requirements are met until the permits are obtained. (4) The Contractor shall provide copies of all correspondents, draft and final copies of the application packages to the following agency: U.S. DOI/Bureau of Indian Affairs, Attn: Tom Dang, 2800 Cottage Way, Room W2820, Sacramento, CA 95825 or email to: thomas.dang@bia.gov PROPOSED CONTRACT PERIOD: Date of award - 2/28/13. RIGHT OF ENTRY: If requested, contractors can coordinate visits to the site by BIA and/or tribal staff. Bureau of Indian Affairs, Tom Dang, (916) 978-6164, thomas.dang@bia.gov OR Pit River Tribe, Art Preston: (530) 640-0551, Tribal Office: (530) 233-6290 REQUEST FOR PROPOSALS: The Request for Proposal MUST include: 1) RFP Number, Due Date/Time specified for receipt of proposal, Company Name, Address, Point of Contact, Telephone number, Email Address, and acknowledgement of all solicitation amendments (if applicable); 2) For evaluation purposes, a detailed cost, breakdown with estimates, assumptions made, and other cost components which clearly show how the total amount was derived; 3) A written commitment to complete the work on schedule (as long as within your control); 4) Three references for relevant work experience/past performance (At a minimum to include: Company, POC Name, Email, Phone #, Description of Work, Location, Awarded Performance Period, Actual Performance Period, Awarded Amount, and Amount of Contract Modifications); 5) Provide the names and resumes of each individual who would be assigned to work under this contract, to include experience working with tribes; 6) Provide a brief history and description of your firm to include any areas of specialization and other relevant information; 7). FAR 52.212-3, Representations and Certifications or printout from Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/; 8) Proposals shall be submitted in writing, dated and signed by an individual with the authority to bind their respective company. IF AN OFFERORS PROPOSAL DOES NOT CONTAIN ALL OF THE ITEMS LISTED ABOVE, THE PROPOSAL MAY BE CONSIDERED INCOMPLETE FOR EVALUATION PURPOSES AND NO FURTHER CONSIDERATION WILL BE GIVEN TO THE OFFERORS PROPOSAL, THEREBY MAKING AN OFFEROR INELIGIBLE FOR AWARD. AMENDMENT(S): All amendments will be posted as a change to this combined synopsis/solicitation. It is the Contractors responsibility to check the site on a regular basis for updates. The Government will take no responsibility for contractors not viewing any amendment(s). PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an amendment to the solicitation. LATE OFFERS: Request for Proposals or modification of proposals received after the exact time specified for receipt of proposals WILL NOT be considered. DISCUSSIONS: The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. AWARD: The Government will award to the lowest priced offeror, whose proposal conforms to the requirements herein, is most advantageous to the Government and determined technically acceptable. Quotations will be evaluated on a qualitative basis, with cost being most important. The factors used to evaluate proposals will be: (1) Ability to meet project schedule and commitment to complete the work on schedule, personnel qualification level, company capabilities; (2) Relevant work experience/past performance; type of work; geographic location of work (experience and past work in the California) and (3) Price. Technical acceptability will be determined in accordance with the following evaluation factors, based on information submitted in response to the solicitation. TECHNICAL CAPABILITY RATING: (1) ACCEPTABLE Proposal clearly meets the minimum requirements of the solicitation. (2) UNACCEPTABLE Proposal does not clearly meet the minimum requirements of the solicitation. PAST PERFORMANCE RATING: (1) ACCEPTABLE Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. RELEVANT EFFORT involved is within the past three years and involved much of the same magnitude of effort and complexities this solicitation requires. (2) UNACCEPTABLE Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. NOT RELEVANT EFFORT involved is not within the past three years and did not involve any of the magnitude of the effort and complexities the solicitation requires. Award is based on the proposal that meets the technical, past performance acceptability requirements and is the lowest price. To be awarded this contract, the contractor must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or https://www.acquisition.gov/far/. FAR 52.252-1 Solicitation Provisions incorporated by reference; FAR 52.212-1, Instructions to Offerors-Commercial Items, an addendum to this provision is applicable, in which the term offeror, whenever it appears, shall be replaced with the term quoter; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, along with a DUNS Number; FAR 52.212-4, Contract Terms and Conditions-Commercial Items not including any addenda; FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statures or Executive Orders, Commercial Items; The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-15, 52.204-11, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33 and 52.233-3. The complete text of the Federal Acquisition Regulation (FAR) can be accessed at https://www.acquisition.gov/far/. PROPOSALS ARE DUE NO LATER THAN 2:00 PM PACIFIC, JULY 27, 2012 at the U.S. DOI/Bureau of Indian Affairs, Pacific Region Acquisitions Office, Attn: Jodi R Zachary, 2800 Cottage Way Room W2820, Sacramento, CA 95825. Mailed and emailed quotations are acceptable. Contractors shall confirm proposal was received by closing date and time. Faxed quotations will not be accepted. Please direct all questions (contractual and technical) in writing to the Contract Specialist, Ms. Jodi R. Zachary, at jodi.zachary@bia.gov. ORAL QUESTIONS OF A TECHNICAL NATURE ARE NOT ACCEPTABLE DUE TO THE POSSIBILITY OF MISUNDERSTANDING OR MISINTERPRETATION. THE CUT-OFF DATE AND TIME FOR RECEIPT OF QUESTIONS IS MONDAY JULY 23rd, 2012 @ 2:00 PM PACIFIC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01610/listing.html)
 
Place of Performance
Address: Lauer Dam, Modoc, CA
Zip Code: 96101
 
Record
SN02787585-W 20120629/120627235253-a5628e24b9049d68a301e00f8352a1ff (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.