Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2002 FBO #0286
MODIFICATION

Y -- Charles M. Russell Cabin Project

Notice Date
9/12/2002
 
Notice Type
Modification
 
Contracting Office
US Fish and Wildlife Service, CGS PO Box 25486, MS 60181 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
601812R716
 
Response Due
9/24/2002
 
Point of Contact
Aileen China Contracting Officer 3032365412230 aileen_china@fws.gov
 
E-Mail Address
Email your questions to Point of Contact above or IDEASEC HELP DESK
(IDEAS_EC@NBC.GOV)
 
Description
This is a revision to the combined synopsis/Request for Proposal for commercial services prepared in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 and supplemented with additional information in this notice. THE REVISIONS MADE TO THE ORIGINAL SYNOPSIS/SOLICITATION ARE IN CAPS. THE DUE DATE FOR PROPOSALS IS EXTENDED TO C.O.B. SEPTEMBER 24, 2002. This solicitation is open to both small and large business. The Statement of Work consists of, but is not limited to, the following: Implementation of Charles M. Russell NWR Enhancement Act of 2000 that mandates the sale of approximately 372 cabin sites by the Corps of Engineers and acquisition of replacement habitat for the refuge by the Fish and Wildlife Service. 1. Complete an inventory of all Corps of Engineers cabin leases and associated improvements (e.g., cabins, boat houses, boat ramps, etc.). The inventory will be provided to the Fish and Wildlife Service in an automated database format mutually agreeable to the contractor and the Service. Deliverable is a completed inventory. DUE DATE IS EXTENDED TO MAY 1, 2003. 2. Complete an assessment of each cabin lease to determine the general type or category of septic systems (I.E., CONVENTIONAL SEPTIC TANK AND DRAIN FIELD, PIT TOILET OR OTHER SELF-CONTAINED UNIT, NO EXISTING FACILITIES, ETC.) associated with each site. Provide recommendations on additional studies that may be necessary to obtain county wastewater permit. Deliverable is a completed assessment addressing all cabin sites. DUE DATE IS EXTENDED TO JULY 1, 2003. 3. Complete an inventory of all refuge in holdings and their current ownership status, inventory of properties listed for sale within and adjacent to the refuge, ownership maps for each property listed for sale. Deliverable is written inventory of the stated information. Due date is September 1, 2003. 4. Provide preliminary title research for each property identified in #3. Deliverable is a copy of the deed for each property. Due date is September 1, 2003. 5. Provide technical assistance to the Service in developing appropriate language for deed restrictions and/or permanent easements for all cabin sites to be divested by the Corps. 6. PROVIDE TECHNICAL ASSISTANCE TO THE SERVICE IN COORDINATING PREPARATION OF PRELIMINARY PLAT MAPS OF CABIN SITES TO BE DIVESTED. 7. PROVIDE TECHNICAL ASSISTANCE TO THE SERVICE IN IDENTIFYING APPROPRIATE REPLACEMENT LANDS FOR ACQUISITION BY THE SERVICE FOR THE REFUGE. ASSISTANCE WILL INCLUDE ATTENDANCE AT MEETINGS WITH NON-PROFIT CONSERVATION ORGANIZATIONS WHO MAY ASSIST IN PURCHASING SUCH PROPERTIES ON BEHALF OF THE SERVICE. DELIVERABLE PRODUCTS ARE IDENTIFIED IN ITEMS #1-4. OTHER SERVICES WILL BE PROVIDED ON AN HOURLY OR DAILY BASIS OVER THE COURSE OF THE CONTRACT. DELIVERABLE PRODUCTS WILL BE PROVIDED TO THE SERVICE UPON THE DATES INDICATED. THE TECHNICAL ASSISTANCE WILL BE PROVIDED AT THE REQUEST OF THE SERVICE OVER A TWO YEAR PERIOD ENDING SEPTEMBER 30, 2004. THE CABINS ARE GROUPED IN 4 WELL DEFINED CORPS OF ENGINEERS CABIN RECREATION AREAS KNOWN AS DUCK CREEK (118 LOTS IMMEDIATELY ADJACENT TO THE TOWN OF FORT PECK, MT); THE PINES (76 LOTS LOCATED APPROXIMATELY 35 MILES SOUTH OF GLASGOW, MT); HELL CREEK (49 LOTS APPROXIMATELY 25 MILES NORTH OF JORDAN, MT); AND ROCK CREEK (129 LOTS LYING ON THE EXTREME EAST END OF FORT PECK RESERVOIR APPROXIMATELY 40 MILES SOUTHEAST OF FORT PECK, MT JUST OFF STATE HIGHWAY 24). The Evaluation Factors are as follows: 1. Price (25%); (a) Provide a fixed cost for specific deliverables identified in the attached scope of work (items 1-4); (b) The remaining services in the scope of work will be provided on an hourly or daily basis. Provide an hourly or daily rate and title of discipline for technical assistance to be provided at the request of the Service over a two year period ending September 30, 2004. 2. Professional Qualifications (35%); (a) Knowledge and experience with conservation projects involving fee title acquisition, land exchanges, conservation easements and legal issues related to title transfer, state leases and/or water rights; (b) Knowledge and experience in facilitating complex land transactions including negotiations, title work and compliance with federal, state or local regulations related to land acquisition. 3. Knowledge of and Experience with Montana Land Conservation Issues (25%); (a) Experience working with state or federal agencies and conservation organizations on land acquisition projects in Montana; (b) Experience in working around the general vicinity of the Charles M. Russell National Wildlife Refuge particularly in regards to knowledge of land ownership and the local real estate market. 4. Capacity and Past Performance (15%); (a) Ability and adequate staff to complete the work within the required time frame; (b) Past performance on contracts with other government agencies, conservation organizations or other parties involving land acquisition. Offers shall include the information at FAR 52.212-3 (Offeror Representations and Certifications for Commercial Items) with the DUNS, and Tax Identification Numbers and be Electronic Funds Transfer compliant. FAR 52.212-1, FAR 52.212-4, and FAR 52.212-5 apply to this acquisition. Offerors must acquaint themselves with the regulations concerning Commercial Item acquisition contained in FAR Part 12. The referenced FAR clauses are available in full text at http://www.arnet.gov. Send proposals to DOI, Fish and Wildlife Service, 134 Union Blvd., Suite 140, Lakewood, CO 80228 to the attention of Aileen China, Contracting Officer. For further information, contact Aileen China at 303-236-5412, extension 230. Proposals may be faxed to 303-236-4791. THE DUE DATE FOR PROPOSALS IS EXTENDED TO SEPTEMBER 24, 2002 AT CLOSE OF BUSINESS. Failure to provide responses to all 4 evaluation criteria may cause your offer to be rejected. The Government will award a contract resulting from a combined synopsis/solicitation to the responsible Offeror whose offer conforms to the RFP and is the most advantageous to the Government, price and other factors considered. See Note 25.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=FW144856&P_OBJ_ID1=87081)
 
Place of Performance
Address: Charles M. Russell National Wildlife refuge, Lewistown, Montana
Zip Code: 59457
Country: US
 
Record
SN00164806-W 20020914/020912213721 (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.