SOLICITATION NOTICE
B -- Mexican Spotted Owl Survey - Package #1
- Notice Date
- 3/18/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
- ZIP Code
- 80401
- Solicitation Number
- AG-82BH-S-14-0016
- Point of Contact
- Angelina Sanchez, Phone: 7195531433
- E-Mail Address
-
asanchez04@fs.fed.us
(asanchez04@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment IV-DOL Wage Determination Attachment III-Emergency Control-Fire Plan Attachment II-Maps Attachment I-Performance Work Statement Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, January 30, 2014. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is AG-82BH-S-14-0016, Mexican Spotted Owl Survey, and is a Request for Proposal. Proposals must reference solicitation number. Submit written offers only; oral offers will not be accepted. Pike & San Isabel National Forests intends to award a firm fixed-price contract IAW FAR 52.216-1 Type of Contract; for conducting and completing biological surveys and prepare survey reports as described in the Performance Work Statement. NAICS code for this procurement is 541690, Other Scientific & Technical Consulting Services, and the small business size standard is $14 million. BID SCHEDULE-See attached Schedule of Items DESCRIPTION OF WORK The intent of this contract is to furnish all manpower, equipment, and services necessary for conducting surveys for the Mexican Spotted Owl per U.S. Fish and Wildlife Service Survey Protocol, report incidental observations of other raptors and other Forest Service sensitive species; prepare a draft and final report; submit electronic data to Forest Service. The areas to be surveyed are located within the Pikes Peak Ranger District Location-detailed directions within Performance Work Statement. PERFORMANCE WORK STATEMENT-See attached No site visit will be held FAR 52.204-7 System for Award Management (SAM) (JUL 2013), the offeror must be registered in the SAM database, https://www.sam.gov. Information can be found at https://www.acquisition.gov. A DUNS (Duns and Bradstreet) number is required in order to register. An offeror may obtain a DUNS number at http://fedgov.dnb.com/webform or 866-705-5711 FAR 52.212-1 Instructions to Offerors-Commercial Items (JUL 2013). The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offerors", Request for Proposals should be submitted and shall contain the following information: solicitation number; name; address; telephone number of offeror; price; any discount terms, response to non-price evaluation factors and acknowledgement of any solicitation amendments and total amounts. An official authorized to bind the company must sign the proposal. Proposals may be submitted via mail or email. If the offeror has not completed their annual Representations and Certifications electronically in the SAM database, https://www.sam.gov a copy of FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (AUG 2013) must be submitted (see solicitation). FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) applies to this acquisition and the specific evaluation criteria are: Cost,Technical Capability, Quality Control Plan, and Past Performance; when combined, are equal to Cost. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) Provisions and Clauses applicable to this solicitation are listed below and incorporated by reference and may be accessed at the following website: Clauses that begin with 52; reference the Federal Acquisition Regulations (FAR): https://www.acquisition.gov/far/ Clauses that begin with 452; reference the Agricultural Acquisition Regulations (AGAR): http://www.usda.gov/procurement/policy/agar.html 52.204-13 System for Award Management Maintenance. (JUL 2013) 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2013) 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2013) 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (SEP 2013) 52.223-5 Pollution Prevention and Right-to-Know Information. (MAY 2011) 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts. (MAY 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications. (DEC 2012) 52.227-14 Rights in Data-General (DEC 2007) 52.227-17 Rights In Data-Special Works (DEC 2007) 52.227-18 Rights in Data-Existing Works (DEC 2007) 52.228-5 Insurance - Work on a Government Installation. (JAN 1997) 52.232-11 Extras. (APR 1984) 52.232-16 Progress Payments (APR 2012) 52.232-23 Assignment of Claims. (JAN 1986) 52.232-39 Unenforceability of Unauthorized Obligations. (JUN 2013) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. (APR 1984) 52.244-6 Subcontrracts for Commercial Items (DEC 2013) 52.245-1 Government Property (APR 2012) 52.247-21 Contractor Liability for Personal Injury and/or Property Damage. (APR 1984) 52.249-8 Default (Fixed-Price Supply and Service). (APR 1984) 452.236-72 Use of Premises. (NOV 1996) 452.236-73 Archaeological or Historic Sites. (FEB 1988) 452.237-75 Restrictions Against Disclosure. (FEB 1988) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2014); The following FAR clauses are applicable as listed in 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.219-6 Notice of Total Small Business Set Aside (NOV 2011) 52.219-28 Post Award Small Business Program Rerepresentation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.223-15 Engergy Efficiency in Energy-Consuming Products (DEC 2007) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (AUG 2011) 52.225-1 Buy American Act-Supplies (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) 52.222-41 Service Contract Act of 1965 (NOV 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) AGAR 452.211-74 Period of Performance (FEB 1988) A Notice to Proceed is estimated to be issued for work to begin on or about May 1, 2014 and the contractor shall complete all work and submit all necessary documentation by October 1, 2014. AGAR 452.215-73 Post Award Conference (NOV 1996) A post award conference with the successful offeror is required. It will be scheduled within 10 days after the date of contract award. The conference location: Pikes Peak Ranger District Office. Request for Proposal should be submitted and contain the following information: 1. Schedule of Items to include, unit prices, subtotals and total amounts. An official authorized to bind the company must sign the proposal. 2. A brief description of experience similar to the type of work required under this project. Also include qualifications for the proposed key personnel. 3. Furnish a list of 3 projects of similar magnitude completed within the last 7 years. Include contracts with Government agencies and commercial customers. For each project provide the following: • Name of the project • Location of project • Administering POC's name, phone, email address • Total cost of the project • A brief narrative of the project 4. Quality Control Plan: The plan should identify who will be conducting the inspections, the method of inspection, the frequency of inspections and how deficiencies in work would be corrected. 5. A copy of FAR 52.212-3 Offerors Representations and Certifications-Commercial Items, or state the offeror has completed their annual Representations and Certifications electronically at https://www.sam.gov. PAGE LIMITATIONS • For past performance: one page per project. • For experience: do not to exceed two pages. • For Quality Control Plan page limitation is two pages. • A page is defined as: one side of a sheet of paper containing information. When both sides of a sheet display printed material, it will be counted as two pages. • Provide loose leaf pages, no bonded pages. Offerors must be registered in SAM in accordance to FAR 52.204-7 Offerors who fail to meet these requirements will not be considered for award. RESPONSE TIME: Request for Proposal will be accepted NO LATER THAN April 4, 2014, 2:00 pm MST. Email submission of proposals is preferred; email to: asanchez04@fs.fed.us or mailed/delivered to: USDA Forest Service Attn: Angelina Sanchez 2840 Kachina Drive Pueblo, CO 81008 POC for this solicitation is Angelina Sanchez, 719-553-1433.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82BH-S-14-0016/listing.html)
- Place of Performance
- Address: Pikes Peak Ranger District, Colorado, United States
- Record
- SN03312997-W 20140320/140318234415-2e4ce3307ced3ce07c4b3bf980fb2128 (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 |