Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 13, 2023 SAM #7717
SOLICITATION NOTICE

R -- IMPROVE Air Quality Instrumentation Loup Loup Ski Area Okanogan County Washington

Notice Date
1/11/2023 1:45:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
54199 —
 
Contracting Office
USDA-FS, CSA NORTHWEST 2 Portland OR 972042829 USA
 
ZIP Code
972042829
 
Solicitation Number
1240BD23Q0020
 
Response Due
1/23/2023 1:00:00 PM
 
Archive Date
02/07/2023
 
Point of Contact
Mindy Hickman
 
E-Mail Address
mindy.hickman@usda.gov
(mindy.hickman@usda.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 subpart 12.6 of the Federal Acquisition Regulation, 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. This solicitation No. 1240BD23Q0020 is issued as an Request for Quotation (RFQ) under Simplified Acquisition Procedures (SAP) Part 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08.This procurement is set aside for Small Business�s �The NAICS code is 541990 and the Small Business Size Standard is $17 Million. BACKGROUND� The IMPROVE program is a cooperative program of the National Park Service, National Forest, Bureau of Land Management, Fish and Wildlife Service, Environmental Protection Agency, and state and tribal organizations. �IMPROVE was established in 1985 to aid the creation of Federal and State implementation plans for the protection of visibility or visual events and trends is an important aspect of evaluating existing or potential impairment in Class I and other visibility-sensitive areas. �� SCOPE OF CONTRACT� This objective of this contract is to obtain site operator services for the operation of the instrumentation at the IMPROVE air quality site located at the Loup Loup Ski Hill in north central Washington State. �No analysis of data collected is required.� The operational requirements for the IMPROVE site include labor associated with mandatory weekly visits to the site to retrieve the filters and flash cards, recording pertinent data on log sheets, replacing the filters, flash cards, and mailing of the samples. �While at the site the operator is required to provide maintenance on a High-Resolution Camera System (HRDC), a web-based camera system located at the IMPROVE site. Occasionally, minor maintenance of shelter or equipment may also be required. �All site operators are required to have approximately four hours of initial training and a periodic refresher class. �Initial onsite training of a new operator and a periodic refresher class will be provided by the University of California-Davis (UC-Davis). � This contract requires the Contractor to furnish labor, equipment, tools, supervision, transportation, communication device (e.g., cell phone) and service, operating supplies, and incidentals except as indicated or furnished by the Government.� The sampling protocol for the IMPROVE site requires one trip each week within specific time frames. �The Contractor is also expected to visit the site when there is a reported malfunction of the equipment and the camera located at the site occasionally requires additional maintenance. �Past history indicates that there may be one additional trip to the site each month on the average.� LOCATION AND DESCRIPTION� The air quality monitoring site is located at the top of the Loup Loup ski area in Okanogan County, Washington. �The physical address of the ski area is 97 Forest Service Road 4200-100. �� The ski area is located approximately 1� miles off State Highway 20 midway between Okanogan and Twisp, Washington. � � Access to the monitoring site varies seasonally. �When the ski area is closed, the site operator must have a gate key to access the base of the ski area. Arrangements to obtain a key will be made in coordination with the Forest Service and the ski area management. � When snow is present, the site operator may reach the top of the ski area using a snowmobile, snowcat, or the ski lift. �During the non-winter months, when snow is not present, access to the site may be made by 4-wheel drive or ATV on the existing primitive road or by foot. �The Forest Service will not provide the equipment to access the site. �Travel to the site shall be performed with the least minimum impact to prevent any erosion problems. � LIST OF TASKS THAT THE CONTRACTOR SHALL PERFORM� See Attached Scope of Work TASK PERFORMANCE REQUIREMENTS SUMMARY� See Attached Scope of Work KEY PERSONNEl (a)�� �The Contractor shall assign to this contract the following key personnel: Site Operator and Alternate Site Operator. (b)�� �During the first ninety (90) days of performance, the Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall notify the Contracting Officer within 15 calendar days after the occurrence of any of these events and provide the information required by paragraph (c) below. After the initial 90-day period, the Contractor shall submit the information required by paragraph (c) to the Contracting Officer at least 15 days prior to making any permanent substitutions. (c)�� �The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of the persons being replaced. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes of key personnel. PERFORMANCE PERIOD The period of performance of this contract is for a base year of 02/02/2023 � 09/30/2023 �and Four Option Years �for a total possible term of Five Years. BASE YEAR� - 02/01/2023 � 09/30/2023 OPTION YEAR1 - 10/01/2023 � 09/30/2024 OPTION YEAR 2 - 10/01/2024 � 09/30/2025 � OPTION YEAR 3� - 10/01/2025 � 09/30/2026 OPTION YEAR 4� - 10/01/2026 � 09/30/2027 SPECIAL CONTRACT REQUIREMENTS (a)�� �The Contractor shall assign to this contract the following key personnel: Site Operator and Alternate Site Operator. (b)�� �During the first ninety (90) days of performance, the Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall notify the Contracting Officer within 15 calendar days after the occurrence of any of these events and provide the information required by paragraph (c) below. After the initial 90-day period, the Contractor shall submit the information required by paragraph (c) to the Contracting Officer at least 15 days prior to making any permanent substitutions. (c)�� �The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of the persons being replaced. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes of key personnel. CONTRACT TYPE & PAYMENT TERMS A firm fixed price purchase order is anticipated. Payment will be made on a NET30 basis following inspection and acceptance of individual deliverables. � APPLICABLE PROVISIONS AND CLAUSES Please see the attached document for applicable provisions and clauses. QUESTION AND ANSWER PERIOD Quoters must submit all questions concerning this solicitation in writing electronically to Mindy Hickman� at mindy.hickman@usda.gov.��Questions must be received by or before January 17, 2023 at 1300 PST.�Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.�� DUE DATE FOR QUOTATIONS All quotations must be submitted via email to Mindy Hickman, Contract Specialist at mindy.hickman@usda.gov.� Submission must be received not later than�January 23, 2023 at 1300 PST. INSTRUCTION TO OFFERORS 1)�� �Offerors must have an active entity registration in the System for Award Management in order to submit an offer. �https://www.sam.gov/SAM/ 2)�� �Offers submitted in response to this solicitation shall include a price proposal for the Base and all Option Years, Technical Capability, Availability and contractor representations and certifications. a)�� �Technical Capability � Provide a list of equipment and key personnel (with qualifications) that�will be used to complete this project. � b) Price Proposal � Include the following: �1) the completed Schedule of Items from Section B of the solicitation, and 2) acknowledgement of any amendments to this solicitation by following the instructions that accompany the amendment(s).� � � � � � � c) Representations and Certifications � Fill in the check boxes for provisions 52.204-24. EVALUATION OF OFFERS 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: Price� Availability� Technical Capabilities SITE VISIT Offerors or quoters are urged and expected to inspect the site where services are to be performed and � to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1812d3e56ac8444b938fa868cb253a3b/view)
 
Place of Performance
Address: Okanogan, WA 98840, USA
Zip Code: 98840
Country: USA
 
Record
SN06561587-F 20230113/230111230106 (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 |
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.