Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2004 FBO #0976
SOLICITATION NOTICE

B -- Wetland Determinations

Notice Date
7/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Indiana State Office, 6013 Lakeside Blvd., Indianapolis, IN, 46278-2933
 
ZIP Code
46278-2933
 
Solicitation Number
IN-NRCS-2001
 
Response Due
8/19/2004
 
Archive Date
9/3/2004
 
Point of Contact
Judith Weber, Contract Specialist, Phone 317-290-3200, Fax 317-290-3225, - Marla Sparks, Contract Specialist, Phone 317-290-3200, Ext. 330, Fax 317-290-3225,
 
E-Mail Address
judith.weber@in.usda.gov, marla.sparks@in.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. Solicitation number IN-NRCS-2001 is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. The clauses and provisions referenced in this solicitation can be found in full text format at http://www.arnet.gov/far. This solicitation is 100% Set Aside for Small Business. The contract type will be firm fixed price. The associated NAICS code is 541620 and the small business size is $6,000,000. The following Department of Labor Wage Determinations apply to this procurement: 1994-2198 Rev 14, 1994-2194 Rev 22, 1994-2186 Rev 12, 1994-2189 Rev 18, 1994-2192 Rev 16, and 1994-2420 Rev 17. The full text of the above wage determinations may be obtained at www.wdol.gov The Natural Resources Conservation Service (NRCS) in Indiana is seeking qualified firms or individuals to perform wetland determinations on farms in northeastern Indiana to meet the requirements of the Swamp Buster Provisions of the Farm Bill. The following counties are covered by this solicitation: Adams, Allen, Blackford, Dekalb, Delaware, Elkhart, Grant, Huntington, Jay, Kosciusko, Lagrange, LaPorte, Madison, Marshall, Noble, Randolph, Starke, Steuben, St. Joseph, Wabash, Wells and Whitley. To qualify, firms or individuals will need to have the ability to perform wetland determinations based on the ?Corps of Engineers Wetland Delineation Manual?, January 1987. Qualified firms or individuals must have successfully completed the ?Corps of Engineers Regulation IV Wetland Identification and Delineation? course and have the necessary expertise in plant identification, soil science and hydrology to make wetland determinations. Qualified firms or individuals must also have a working knowledge of the Swamp Buster provisions of the 1985 Farm Bill and amendments in the 1990 and 1996 Farm Bills. Firms should provide information to show completion of the course and demonstrate the ability to perform the work. NRCS will provide a location of the tract of land to be investigated and contact information for the landowner or operator requesting the wetland determination. The firm will be required to contact the landowner or operator prior to conducting the wetland determination. Wetland determinations shall be in accordance with the ?Corps of Engineers Wetland Delineation Manual?, January 1987. For each tract of land to be investigated, the successful firm(s) or individuals(s) will be required to: (1) Mark the boundaries of any wetland areas in the field; (2) Geo-reference the boundaries with a handheld GPS unit with a relative accuracy of + or ? 3 meters; (3) Determine the acreage of the wetland based on the GPS coordinates; (4) Provide an electronic file of the GPS coordinates of the boundaries of any wetlands on the tract; (5) Provide a completed Corps of Engineers Data Form for Routine Wetland Determinations for each wetland determination; (6) Provide copies of other documentation or worksheets used to make the determination; and, (7) Provide a draft letter (based on standard letter provided by NRCS) to the landowner explaining the wetland determination. Firms interested in this work should indicate which county or counties they will be willing to work in. Work on this contract shall begin by September 13, 2004 with a completion date of December 5, 2004 for the first task order. It is anticipated that a Requirements contract will be awarded on/or about 1 September 2004 with an ordering period of 36 months. In addition to the FAR clauses and provisions listed below, FAR clauses 52.216-18, 52.216-19 and 52.216-21 apply to this solicitation. Any supplies and services to be furnished under the resultant contract shall be ordered by issuance of task orders by the Contracting Officer. The Government anticipates ordering a minimum of 5 tracts to be investigated but not more than 100 per task order. Multiple awards may be made from this synopsis/solicitation. Proposals should include: (1) Professional qualifications necessary for satisfactory performance (provide a list of qualified personnel and their knowledge and level of experience associated with their ability to perform work on this contract). (2) List related specialized experience and technical competence in making wetland determinations and knowledge of Farm Bill requirements. Examples of work shall be documented for review and described. This work will be evaluated based on the complexity and the similarity to the work described in this solicitation. (3) Demonstrate capacity to accomplish the work. List the number of personnel available in the disciplines necessary to accomplish the work described in this solicitation, the quantity of existing work under contract by the firm and the schedule for the completion of other work under contract. (4) List past performance on contracts with government agencies and private industry. Evaluation will be based on the firm?s past experience with other government agencies and the private sector to perform the requirements of this solicitation in terms of cost control, quality of work and timeliness. References with telephone numbers must be provided. (5) Identify location in the general geographical area of the project and demonstrate knowledge of local conditions. Evaluation will be based on the firm?s knowledge of wetlands and soils in Indiana and the firm?s proximity to Indiana. The FAR provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Interested firms or individuals should submit unit prices for investigating tracts of land: less than or equal to 5 acres; greater than 5 acres to 10 acres; and greater than 10 acres. It is anticipated that the majority of the work will comprise tracts of 5 acres or less. Offerors should indicate which counties they are willing to work in. This is not an all or none contract. It is anticipated that more than one contract may be awarded. Contract award will be made to the contractor offering the best value considering past performance and price. Offerors will include with their offer a completed copy of FAR provision 52.212-3, Offer Representations and Certifications - Commercial Items. All vendors must be registered with Central Contractor Registration in accordance with FAR Clause 52.204-7. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items without any addenda to the clause to this acquisition, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition. Submit written proposals on Standard Form 1449 to the Natural Resource Conservation Service, Attn: Judith A. Weber, RFP #IN-NRCS-2001, 6013 Lakeside Boulevard, Indianapolis, IN 46278 by 4:00 PM, August 19, 2004 Indiana East time. No paper solicitation will be issued. Questions regarding this synopsis/solicitation may be emailed to Judith Weber at judith.weber@in.usda.gov. Contact phone number is (317) 290-3200 ext 385.
 
Place of Performance
Address: State of Indiana
 
Record
SN00631001-W 20040729/040727211726 (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.