Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
SOLICITATION NOTICE

L -- THIS REPLACES W911RZ-04-R-0013. EVERYTHING IS STILL THE SAME ONLY THE SOILCITATION NUMBER HAS CAHNGED.

Notice Date
6/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1850 Mekong Street, Building 6222, Fort Carson, CO 80913-4323
 
ZIP Code
80913-4323
 
Solicitation Number
W911RZ-04-T-0037
 
Response Due
6/18/2004
 
Archive Date
8/17/2004
 
Point of Contact
Tyrone Wescott, (719) 526-2416
 
E-Mail Address
Email your questions to ACA, Fort Carson
(tyrone.wescott@carson.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is combined synopsis/solicitation for commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solic itation number is W911RZ- 04 -T-0037 and is issued as a quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. The proposed contract is set-aside 100% for small bus iness concerns. For this acquisition, the Small Business Size Standard is $5.0 and the NACIS Code is 541620. RFQ??????S should be quoted in accordance with the following: CLIN 0001, Quantity 12; Unit of Issue Months; Sustainability Consulting and Technic al Services, Firm Fixed Price ?????? Contractor shall be responsible for consulting and technical services in accordance with the attached Performance Work Statement for the duration of the contract. CLIN 0002 Travel/Pre Diem; Cost incurred for lodging, me als, and incidentals shall be considered to be reasonable and allowable only to the extent they do not exceed, on a daily basis, the maximum per diem rates in effect at the time of travel as set forth in the JTR. When invoicing, the contractor shall furnis h the Government with a report of travel performed and related expenses incurred. The report shall include departure and arrival dates, times, and applicable mode of travel Performance Work Statement SEMS Consultant Ft Carson, Colorado TASK REQUIREMENTS: Provide expert sustainability consulting and technical services, specifically, but not limited to: 1. Provide technical guidance and assistance to Fort Carson Garrison Staff in institutionalizing sustainability principles and practices into existing and new regulations, guidelines, processes and procedures with emphasis on engineering areas; i.e. const ruction, renovation, repair and maintenance of real property. This will include molding modularity initiative into the overall sustainability program to include involvement from all stakeholders with the goal of minimizing impacts from potential increased Installation population. 2. Develop sustainability criteria and help integrate these criteria into future land use/master planning development for Fort Carson and communities adjacent to or influenced by Fort Carson, potentially participating on one or more subcommittees of the R egional Sustainability Indicator project. 3. Assist with planning, coordinating, scheduling and conducting the Fort Carson Annual Sustainability conference, to include presenting results and progress reports at the workshop specific to land use/master planning/MCA, including transportation planni ng; high performance buildings; energy and water; and solid and hazardous waste goals. (Conference to be conducted in Sep or Oct 2004) 4. Provide technical review and advice relative to the Sustainability and Environmental Management System (SEMS) and related documents. 5. Assist Fort Carson with planning, implementing projects, coordinating with internal and external stakeholders, and reporting meeting and/or project results, with regard to engineering areas. 6. Help promote Fort Carson's sustainability strategic plan to internal audiences; helping to generate 'irreversible momentum' for this change in culture. 7. Attend conferences and give presentations to individuals and groups such as the Economic Development Corporation in order to enhance sustainability partnering opportunities. 8. Participating in weekly progress discussions with Fort Carson to report progress, issues, opportunities, scheduling, and other related items. 9. Performance Period: The performance period shall be one (1) year from date of award. It is estimated that work hours will consist of between 1880- 2000 hours/year. 10. Payment: The government will only be responsible for payment of actual hours worked. 11. Leave: T he contractor shall coordinate any leave of contracted employees with the DECAM POC to ensure continuance of services. The contractor will be allowed to take leave IAW the Service Contract Act. 12. Authorized Travel: Travel expenses including airfare, lodging and meals to conferences and training required by the government shall be reimbursed by the government. Reimbursement rates will be based on the authorized government rates for the confer ence or training destination. (Approximately 2 trips over 12 months) 13. The Government will provide office space, required equipment and computer support. Task/Submittal Performance Period Integrate sustainability into new and existing procedures To be performed throughout the contract period Develop and integrate sustainability criteria in land use planning To be performed throughout the contract period Annual Sustainability Conference planning and coordination As needed for planning a successful conference Document review As needed throughout the contract period Project planning, implementation and reporting assistance As needed throughout the contract period Promoting sustainability culture As needed throughout the contract period Outreach and partnering As needed throughout the contract period Progress meetings Weekly (telephonic or in person) The following provisions in Federal Acquisition Regulation (FAR) apply to this acquisition to include addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full te xt. Full text of a clause my be accessed electronically at: http://farsite.hill.af.mil/. FAR Clause 52.212-1, Instructions to Offerors-Commercial Items. FAR Clause 52.212-3, Offeror Representations and Certification-Commercial Item. Offeror shall include a complete copy of the provision with their quotation. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items. FAR Clause 52.2 17-9 Option to Extend the Terms of the Contract. FAR Clause 52.222-21 Prohibitions of Segregated Facilities. FAR Clause 52.222-26 Equal Opportunity, FAR Clause 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR Clause 5 2.222-36 Affirmative Action for Workers with Disabilities. FAR Clause 52.222-37 Employment Reports on Disables Veterans and Veterans of the Vietnam Era. FAR Clause 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR Clause 52.232-36 Payment by Third Party. FAR Clause 52.252-2 Clauses incorporated by Reference. FAR Clause 52.222-41 Service Contract Act of 1965, as amended. (5/89). DFARS 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Execut ive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS Clause 252.204-7004 Required Central Contractor Registration applies. FAR Clause 52.212-2 EVALUATION-- COMMERCIAL ITEMS (JAN 1999) (a) 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: Technical and past performances, when combined, are significantly more importabt than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Gov ernment may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeor within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the off er's specified expiratin time, the Government may accept an offer(or part of an offer). whether or not there are negotitations after its receipt, unless a written notice of withdrawal is received before award. Quotations shall be signed, dated and received via electronic mail no later than 2:00PM Mountain Standard Time (MST) 18 June 2004. Responses should be marked with the solicitation number and addressed to Tyrone Wescott. Quotes will be accepted electronical ly at tyrone.wescott@carson.army.mil.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1850 Mekong Street, Building 6222 Fort Carson CO
Zip Code: 80913-4323
Country: US
 
Record
SN00603685-W 20040617/040615211957 (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.