SOLICITATION NOTICE
F -- F--SURVEY OF ALAMEDA WHIPSNAKES (JOMU)
- Notice Date
- 9/2/2022 7:18:49 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- PWR SF/SEA MABO(85000) SAN FRANCISCO CA 94104 USA
- ZIP Code
- 94104
- Solicitation Number
- 140P8522Q0031
- Response Due
- 9/7/2022 12:00:00 PM
- Archive Date
- 09/22/2022
- Point of Contact
- Dandasan, Richard, Phone: 2062204131
- E-Mail Address
-
richard_dandasan@nps.gov
(richard_dandasan@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation no. 140P8522Q0031 is issued as a Request For Quotation for a firm-fixed-price commercial service purchase order for conducting surveys of the Alameda Whipsnake, John Muir National Historic Site (JOMU), CA. The Contract Line Items (CLINs) structure is as shown below (Price Schedule): Item No. 0010, Trapline Inspections, 8 Hours (Estimated, Unit Price $__________, Extended Total Price $__________ Item No. 0020, Field-based Training (1 Day per week), 13 Weeks, Unit Price $__________, Extended Total Price $________ Item No. 0030, On-call Response, 78 Hours (Estimated), Unit Price $__________, Extended Total Price $_________ Item No. 0040, Analysis and Reporting, 1 Lump Sum, Unit Price $_______, Extended Total Price $__N/A_______ GRAND TOTAL (ALL OR NONE) $__________ Statement of Work: 1.0 General, 1.1 Background: The Alameda whipsnake (Masticophis lateralis euryxanthus) is state and federally listed as Threatened. The snake prefers local variations of chaparral and coastal sage scrub, and uses grasslands, oak savanna and open oak-bay woodlands adjacent to scrub habitats, all of which are found on Mount (Mt.) Wanda at John Muir National Historic Site. However, the snake's remaining habitat and range is highly fragmented with few connective corridors between extant populations. John Muir National Historic Site lies within Recovery Unit 1, Tilden-Briones, all of which contains features that are considered essential to the survival and conservation of the Alameda whipsnake. Many of the threats facing the recovery effort for Alameda whipsnake are found in and around the park, largely due to urban influences. These threats include fire suppression, domestic and feral animals, invasive plants, and encroachment, all of which are on-going, difficult management issues. Surveys conducted in 2018 confirmed the presence of Alameda whipsnake in the park, determined habitat suitability, and developed a general monitoring strategy. The park no longer has authorized personnel listed on the U.S. Fish and Wildlife Service (USFWS) Section 10(a)(1)(A) Recovery permit to conduct surveys. Due to the alarmingly low Alameda whipsnake captures since 2019 and the implementation of a new site management plan, continuing Alameda whipsnake surveys is crucial to understanding population trends and mitigation measures for Mt. Wanda. 1.2 Objective: This project will conduct population surveys to determine the occurrence, recruitment, and relative abundance of Alameda whipsnakes within the park. This project will also provide recommendations, based on data results and analyses, to improve or protect conditions for Alameda whipsnakes. Finally, this project will provide current NPS staff with training, experience, and capacity building required for federal permits to conduct surveys and ensure long term monitoring sustainability. 1.3 Scope of Work: Surveys will be conducted on Mt. Wanda and West Hills Farm at John Muir National Historic Site (JOMU). Surveys will require personnel with a valid USFWS Section 10(a)(1)(A) Recovery permit for conducting research, monitoring, and handling of Alameda whipsnakes. Contractor will provide initial guidance on trap set-up, field-based training, and on-call response to process captured Alameda whipsnakes. Survey techniques for Alameda whipsnakes will include drift fence arrays with funnel traps. Placement of the trapping locations will be done in a manner that can provide sufficient data for calculating population estimates. Trapping will include 5 to 15 trap-lines distributed over coastal scrub habitat, oak woodland, and other areas. Each trap-line will consist of 50-foot sections of drift fence with funnel traps at the ends, consistent with the California Department of Fish and Wildlife's (CDFW) 1997 Draft Survey Protocol for Alameda whipsnake. Traps will be opened based on ambient temperature and checked once each morning. Trap-lines will include the use of shade structures over each trap to provide shelter and cover from predators and heat. Small mammal traps will also be deployed at the entrance to funnel traps to prevent mortality of non-target species. Trap-lines will be installed, be functional, and will be checked for no fewer than 45 days and no greater than 60 days between April 15 and July 15, 2023. After July 15, all traps will be made non-functional, and within 7 days, will be removed from the site. Captured snakes will be identified (sex and species), measured, uniquely marked with a permanent belly scute clip, and released at the site of capture. Recapture rates will be documented to help determine relative abundance and density. Non-target species may be marked with temporary marking and released. Sensitive species will be reported to the California Natural Diversity Database, as well as to the appropriate contacts at USFWS. National Park Service (NPS) has the equipment and support to construct drift fence arrays, setting arrays up in the beginning of project and removing them at the survey�s conclusion. NPS will also set and check traps daily. Contractor will be responsible for providing consultation, training, and on-call response when Alameda whipsnakes are captured. Contractor presence will be required for all Alameda whipsnake captures and are expected to train NPS personnel to safely handle captured snakes and other non-target species, including reptiles, amphibians, and small mammals. Training will include species identification, determining sex, morphological measurements, and marking with belly scute clip. Contractor will provide training to NPS on how to handle all captured Alameda whipsnakes to meet USFWS qualifications to obtain a Section 10(a)(1)(A) Recovery permit. 1.4 Period of Performance: The period of performance of this contract is from receipt of order to August 30, 2023. See specific requirement for field work restrictions. 1.5 Place of Performance: All surveys will be conducted on Mt. Wanda and West Hills Farm at John Muir National Historic Site. All traps will be accessed by foot, no personal vehicles are allowed on Mt. Wanda fire roads or trails. 2.0 Specific Requirements/Tasks 2.1 Conduct one spring/summer season of Alameda whipsnake monitoring from April 15 � July 15, 2023. 2.1.1 NPS will provide all equipment (funnel traps, drift fencing, capture tools and personal protection equipment) and staffing to construct, set, and maintain trap-lines each trapping day. (Tuesday - Friday) 2.1.2 Contractor will provide field inspection of trap locations and recommendations for potential new sites. (1-2 days, 8 hours, estimated) 2.1.2 Contractor will provide on-call response (within 90 minutes) to site for all Alameda whipsnake captures to handle and collect demographic data including measurements, weight, sex, and marking. The potential days Alameda whipsnakes may be captured range from zero to four days per week. (0-4 days/week, 0-10 hours, estimated) 2.2 Provide 1 day/week field-based training at each trap location regardless of Alameda whipsnake captures. 2.2.1 Contractor will provide training on species identification, ecology, and proper handling techniques for captured non-target species, including various small mammals, reptiles, and amphibians. (1 day/week, 4 hours, Estimated) 2.3 Complete final report with project results and management recommendations by August 30, 2023. (40 hour, Estimated) 3.0 Delivery or Deliverables A final report with project results (species captured, occurrence, recruitment, and relative abundance) and management recommendations to better protect Alameda whipsnakes is essential to successfully completing this requirement. Report should be submitted by August 30, 2023. 4.0 Meetings The Government will conduct a post-award kickoff teleconferencing meeting the first week of April 2023 to finalize logistics for the trapping season. 5.0 Government Furnished Property/Equipment/Information The NPS will provide all necessary equipment, including safety personal protective equipment, capture tools, traps, and drift fencing materials. All equipment is government property and will remain government property during and after the trapping season. 6.0 Glossary of Abbreviations and Acronyms NPS - National Park Service JOMU - John Muir National Historic Site USFWS - United States Fish and Wildlife Service CDFW - California Department of Fish and Wildlife 7.0 Attachments Service Contract Act Wage Determination (11 Pages) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07 dated 08/10/2022. The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation � Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: 1) Remit a copy of the USFWS Section 10(a)(1)(A) Recovery Permit 2) Price. Offerors are advised to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition including the following the clauses: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021), 52.204-26, Covered Telecommunications Equipment or Services-Representation, and 52.222-25, Affirmative Action Compliance (Apr 1984). 52.204-7, System for Award Management (Oct 2018), 52.204-13 System for Award Management Maintenance (Oct 2018); 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020); 52.204-17, Ownership or Control of Offeror (Aug 2020), 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020):52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.204-20, Predecessor of Offeror (Aug 2020); 52.204-22 Alternative Line Item Proposal (Jan 2017); 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2020) ( 15 U.S.C. 644); 52.219-28, Post Award Small Business Program Representation (SEP 2021) ( 15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (JUN 2003) (E.O.11755); 52.222-21, Prohibition of Segregated Facilities (APR 2015); 52.222-26, Equal Opportunity (SEP 2016) (E.O.11246); 52.222-35, Equal Opportunity for Veterans (JUN 2020) ( 38 U.S.C. 4212); 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) ( 29 U.S.C. 793); 52.222-37, Employment Reports on Veterans (JUN 2020) ( 38 U.S.C. 4212); 52.222-50, Combating Trafficking in Persons (NOV 2021) ( 22 U.S.C. chapter 78 and E.O. 13627); 52.222-54, Employment Eligibility Verification (MAY 2022) (Executive Order 12989); 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513); 52.223-20, Aerosols (JUN 2016) (E.O. 13693); 52.225-1, Buy American-Supplies (NOV 2021) ( 41 U.S.C. chapter 83); 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021); 52.232-11 Extras (Apr 1984); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT2018) ( 31 U.S.C. 3332); FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 52.253-1 Computer Generated Forms (Jan 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.252-5 Authorized Deviations Authorized Deviations in Provisions (Nov 2020); 52.222-41, Service Contract Labor Standards (AUG 2018) ( 41 U.S.C. chapter67); 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67) {See Table Below}: Employee Class � Natural Resource Specialist or Wildlife Biologist, GS-11, Monetary Wage-Fringe Benefits - $49.87 plus benefits. 1452.201-70 Authorities of delegations (SEP 2011) The following clause applies to this acquisition: 1452.228-7, Liability Insurance - Department of the Interior (JUL 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $500,000 each person $1,000,000 each occurrence $500,000 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. The following clause applies to this acquisition: Electronic Invoicing & Payment Requirement -Invoice Processing Platform (IPP) APR 2013: Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions -Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice. Upload copy of business invoice to IPP system when requesting payment through IPP. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of clause) SAFETY & HEALTH COVID-19 PROTOCOL: Work performed under this contract shall comply with applicable federal, state, and local safety and occupational health laws and regulation, including adherence to any local government health orders in effect to reduce the rate of transmission of Novel Coronavirus Disease 2019 (�Covid-19�). This includes, but is not limited to, Occupational Safety and Health Administration (OSHA) standards, 29 CFR, Part 1910 and Part 1926. Where the requirements of applicable laws, criteria, ordinances, regulations, and referenced documents vary the most stringent requirements shall apply. This requirement is set-aside for SMALL BUSINESS. The NAICS code is 541620 - Environmental Consulting Services, and the small business size standard is $16.5 million. Award will be made to the responsible respondent pursuant to FAR subpart 9.1. Questions regarding this solicitation must be submitted in writing to the Contract Specialist, Richard Dandasan, via e-mail to richard_dandasan@nps.gov no later than three (3) days prior to the solicitation close date. You quote shall be submitted for receipt no later than 12:00 pm PT, on September 07, 2022 to the Contract Specialist, Richard Dandasan, via e-mail to richard_dandasan@nps.gov. You are hereby notified that if your quote is not received by the date/time and at the location specified in this announcement, that it will be considered late. (Quoter shall remit a price schedule in the CLIN format provided in this notice).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6a9747165f864bb0872b0773ae144242/view)
- Record
- SN06451723-F 20220904/220902230123 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |