Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2002 FBO #0264
SOLICITATION NOTICE

F -- F Preble Mouse Habitat Protocol Development & Implementation!!

Notice Date
8/21/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F0561102T0055!!
 
Response Due
9/6/2002
 
Point of Contact
Henry Rush, Contract Specialist, Phone 719-333-8264, Fax 719-333-4404, - Sid Knizek, Contracting Specialist, Phone 719-333-4703, Fax 719-333-4747,
 
E-Mail Address
henry.rush@usafa.af.mil, sid.knizek@usafa.af.mil
 
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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request For Quote (RFQ), solicitation number F05611-02-T-0055 in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-06. The proposed purchase order is reserved for small businesses, the clause at FAR 52.219-6, Notice of Total Small Business Set-Aside and FAR 52.219-1, Small Business Program Representations (1/2001), applies to this solicitation. The North American Industrial Classification System (NAICS) number is 541620 and the business size standard is $6 million. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. LINE ITEM 0001: Quantity: 1 Job, Habitat Monitoring Protocol Development and Implementation, Unit Price: $__________. Total Amount: $__________. HABITAT MONITORING & PROTOCOL DEVELOPMENT?This solicitation covers development and implementation of a Preble mouse habitat monitoring protocol as outlined in the following scope of work. The U.S. Fish and Wildlife Services? (USFWS) Recovery Team Discussion Document for the Preble?s meadow jumping mouse (Preble?s) identifies the monitoring of habitat trends (quantity and condition) within all designated recovery populations as a high priority task. Habitat monitoring will be conducted according to a Preble?s Habitat Monitoring Protocol that is reviewed by the USFWS, Preble?s Recovery Team, a peer review, and approved by the USFWS and the USAF Academy. Developing a monitoring protocol will initially provide a means for assessing current habitat conditions, and may help identify where site-specific threat abatement management actions are needed. The development and initial testing of a Preble?s habitat monitoring protocol could be used throughout the species? range. Monitoring of riparian, wetland, and associated upland habitats on the Academy also directly supports management objectives outlined in the Integrated Natural Resources Management Plan. It is anticipated that habitat monitoring within recovery populations will need to be accomplished, at some level, for a minimum of 10 consecutive years. A standardized, range-wide habitat monitoring protocol will promote data sharing and analysis, comparison of conservation actions and needs between recovery sites, and a better understanding of the ecological requirements of Preble?s. SPECIFICATION; 1) The Contractor shall develop a habitat monitoring protocol that can be used range-wide in assessing Preble?s habitat. At a minimum, the protocol shall address the following parameters: habitat extent, habitat condition, and the status of ecological process that affect habitat location and condition. 2) The Contractor shall develop a protocol for monitoring habitat extent that quantifies the habitat length (stream miles) and habitat width (lateral extent) within a recovery population. The protocol shall be capable of detecting changes and trends in habitat length and width that could be ecologically important to the recovery population. 3) The Contractor shall develop a protocol for monitoring habitat condition that quantifies the structure and composition of vegetation and its spatial arrangement within a recovery population. The protocol shall at least identify major vegetation forms (riparian shrub, wetland, grassland, etc.) and measure vegetation attributes that can be monitored to detect change and trends in habitat condition. 4) The Contractor shall develop a protocol for evaluating the ecological processes, and their state, that affect Preble?s habitat. The monitoring of ecological processes shall quantify where change takes place and the magnitude and direction of those changes. The protocol shall be flexible enough to accommodate annual monitoring, as well as more frequent monitoring in the event of major changes that could affect ecological processes. Key ecological parameters for monitoring shall at least include invasive and exotic plants and animals, fire history, flooding history, hydrological regime, grazing activity, predation, and beaver activity. The protocol must also be capable of monitoring impacts to PMJM habitat that could occur from point source events such as a hazardous material spill. 5) The Contractor shall implement the habitat monitoring protocol on the U.S. Air Force Academy to provide a one-year initial testing of the methodology. All access and fieldwork shall be coordinated with the Natural Resources office. 6) The Contractor shall meet a minimum of three times with the USFWS and Preble?s Recovery Team to receive direction and to provide progress updates. The Contractor shall also provide a final presentation of the recommended protocol to the USFWS and Recovery Team. 7) The Contractor shall submit a final report to the USFWS, Recovery Team, and Academy concerning any recommendations for refining the protocol based on the field-testing. PRODUCT OWNERSHIP?All products generated from this project shall become the property of the U.S. Government. upon completion. PAYMENT?The first payment will be based upon submission, review and acceptance of the monitoring protocol document. Subsequent protocol implementation payments will be upon a quarterly based for acceptable work. Payment will be based upon the estimated percentage of work completed as determined by the Natural Resources representative. The contractor shall be required to submit a proposed implementation plan with their quote. The implementation plan shall consist of a Technical Proposal, Past Performance listing and a price. See clause 52.212-2 Period of performance will be 18 months from date of award. The USAF Academy Natural Resources Office will be the point of delivery and determine acceptability of the service. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items with the following addenda applies to this acquisition. FAR 52.212-1(a) The North American Industrial Classification System (NAICS) number is 541620 and the business size standard is $6 million. FAR 52.212-1(b)(11) ALERT: Vendors are required to use the Standard Form1449 as the first page of their offer/quote/bid and completely provide the requested data for all blocks. FAR 52.212-1(c) A 60-day acceptance period is required. FAR 52-212-1(e) Multiple offers will not be accepted. FAR 52.212-1(f) Facsimile offers will not be accepted. The provision at FAR 52.212-2, Evaluation -- Commercial Items, with the following addenda applies to this acquisition. FAR 52.212-2(a). Provide a Technical, Performance and Price proposal, not exceeding 50 printed pages, consisting of: 1) two page executive summary, 2) technical proposal, 3) history of past performance, and 4) a price. Technical and past performance will be evaluated as to how well they meet the Governments needs. Each will be assigned an adjective rating of Exceptional, Very Good, Satisfactory, Neutral, Marginal or Unsatisfactory based on the perceived degree of risk associated with the contractor?s proposal. An Exceptional rating indicates that essentially no doubt exists that the offeror will successfully perform the required effort. A Very Good rating indicates little doubt exists that the offeror will successfully perform the required effort. A Satisfactory rating indicates some doubt exists that the offeror will successfully perform the required effort. A Neutral rating indicates no record of past performance is identifiable. A Marginal rating indicates substantial doubt exists that the offeror will successfully perform the required effort. An Unsatisfactory rating indicates extreme doubt that the offeror will successfully perform the required effort. The government reserves the right to obtain and evaluate other relevant past performance information deemed appropriate. Price will be evaluated for reasonableness. Award will be made based on a comparative evaluation of technical capability, past performance and price to determine best value to the Government. Technical, Past Performance and Price are considered equally important. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, Alt I, with their offer. Para (b) in this provision is deleted ? See DFAR 252.204-7004. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items is applicable to this acquisition The clauses at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. The following additional FAR clause(s), cited within this clause, are applicable to this acquisition: (b) 11, 12, 13, 14, 15, 21, 24 (c) (1) Service Contract Act, Wage Determination No 94-2079 ? Rev 23, (2) Statement of Equivalent Rates for Federal Hires, Employee Class Series 0408, Ecologist, WG-11, $16.58. The clause at DFAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions Of Commercial Items applies to this acquisition. The following additional DFAR clause(s), cited within this clause, are applicable to this acquisition: (b) 252.227-7015 Technical Data ? Commercial Items DFARS 252.204-7004, Required Central Contractor Registration. A Site visit will be conducted on 27 August 2002, 10:30 A.M. Mountain Daylight Time, departing from the Natural Resources Office, Bldg 9030, USAF Academy, CO. Synopsis Numbered Note #1 is applicable to this acquisition. DPAS code rating for this acquisition is C9e. Offers must be received NLT 3:00 pm Mountain Daylight Savings Time, 6 September 2002, at the Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Sid Knizek (719) 333-4703, or Patricia Hales, 719-333-2869 may be contacted for information regarding this solicitation.
 
Place of Performance
Address: Operational Contracting Office, 8110 Industrial Drive, Suite 200, United States Air Force Academy, Colorado, 80840-2315!!
Zip Code: 80840
Country: USA
 
Record
SN00146864-W 20020823/020821213728 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.