Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

R -- Survey and update wetlands

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
F2Q3656201A300
 
Response Due
9/11/2006
 
Archive Date
9/26/2006
 
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. This solicitation is issued as a request for quote (RFQ). This acquisition will be 100% Small Business set aside with a standard Business Size of 4.5 Million. This project is currently not funded and any award is subject to availability of funds (FAR 52.232.18). The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. 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: 1.technical capability of the item offered to meet the Government requirement and 2. price. Offerors need to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Offers are due on 11 September 2006 at 4:30pm Eastern Time. STATEMENT OF WORK FOR INSTALLATION-WIDE WETLAND VERIFICATION AND DELINEATION LANGLEY AFB, VIRGINIA 1. GENERAL 1.0 Introduction The objective of this task order is to conduct a review of existing wetland delineations and supplement with new field surveys in order to provide an accurate depiction of wetland areas at Langley Air Force Base (LAFB) and associated properties. An accurate depiction of wetland areas is crucial for successful planning and implementation of near-term and long-term projects. 1.1 Background In 2000/2001, a wetland delineation was conducted on LAFB to determine the extent of federally regulated wetlands and open waters to support the installation's Environmental Restoration Program and future planning initiatives. The fieldwork for this delineation included verification of existing mapped wetland boundaries or modification to those boundaries, and identification of any new wetland boundaries. The final deliverables of this effort included a characterization report, hardcopy maps, a some unformatted geospatial data. 1.2 Scope of Services The contractor shall furnish all materials, equipment, supplies, personnel, transportation, labor and all other resources necessary to accomplish this task order. 1.2.1 Wetland Delineation (~3700 acres) The contractor will review existing wetland delineations and supplement with new field surveys when appropriate. Field surveys will include an intermediate-level delineation of wetlands located within the boundaries of LAFB and two pieces of new property (Big Bethel Reservoir and NASA Land). The contractor shall follow the procedure outlined by The U.S. Army Corps of Engineers (COE) in the 1987 COE Wetland Delineation Manual. Transects will be located at 100 meter intervals. A certified wetland scientist will walk each transect and identify wetlands and upland boundaries along (and between) transect lines. A wetland data form will be prepared for representative plant communities located within each delineated area. 1.2.2 Document Preparation The Contractor shall prepare a draft wetland habitat characterization report. This report will include descriptions of methodology, sites, geology/soils, drainage, and vegetative communities. 1.2.3 Geographic Information System (GIS) Data All wetland boundaries will be digitized onto the installation's most current orthorectified imagery provided by the government. Navigational reference points and transects will be overlain onto the wetland map to assist in geo-referencing for regulatory review. All GIS data shall follow the specifications outlined in Exhibit 1. 1.3 Government Furnished Material (GFM) The Contractor will be provided with the following material in order to successfully complete this task order: * Installation's most current orthorectified imagery. * 2004 U.S. Army Corps of Engineers Letter accepting 2001 delineation (with exceptions). * 2001 LAFB Wetland Report included all associated tables, figures, and maps. * 1994 US Fish and Wildlife Service, National Wetlands Inventory Mapping Report for LAFB. 1.3.1 Government Property All original materials, visual aids, software developed or purchased (including hardware) for this contract, and text developed in the performance of the tasks herein will be the property of the Government, and will not be used, distributed, or published by the contractor or any of the contractor's employees, direct or indirect, without specific permission of the Air Force. 2. PROJECT ADMINISTRATION AND MANAGEMENT 2.1 The Government Point-Of-Contact for this purchase order is: 1 CONS/LGCS 2Lt Edgar A. Alonso-Bernal Contract Manager 74 Nealy Avenue Langley AFB, VA 23665 Tel: 757-764-2241 Fax: 757-225-7443 Email: edgar.alonso-bernal@langley.af.mil 2.2 Site Visit/Kick-Off Meeting The contractor shall meet with the LAFB COTR prior to the start of any work. 3. TASKS/DELIVERABLES The contractor shall complete the following tasks and submit the following deliverables: 3.1 Task 1: Kick-Off Meeting and Draft Program Management Plan (Deliverable #1) The contractor's personnel shall become thoroughly familiar with all relevant background information and GFM. The contractor shall prepare a Draft Program Management Plan with team organization, issues, tasks, staff assigned, schedule, milestones, deliverables and data needs. The plan shall be brief- no more than 3-4 pages in length. The contractor shall submit the plan for Government review/discussion prior to kick-off meeting and data collection efforts. The contractor shall participate in a kick-off meeting with the LAFB COTR prior to the start of any additional work (refer to Section 2.2). 3.2 Task 2: Final Program Management Plan (Deliverable #2) The contractor shall revise the Draft Program Management Plan according to comments and/or guidance provided following Air Force review. 3.3 Task 3: Field Surveys (Deliverable #3a and b) Necessary field surveys will include an intermediate-level delineation of wetlands located within the boundaries of LAFB and two pieces of new property (Big Bethel Reservoir and NASA Land). The contractor shall follow the procedure outlined by The U.S. Army Corps of Engineers (COE) in the 1987 COE Wetland Delineation Manual. A field survey plan will be submitted to the COTR prior to the commencement of field surveys (Deliverable #3a). Transects will be located at 100 meter intervals. A certified wetland scientist will walk each transect and identify wetlands and upland boundaries along (and between) transect lines. A wetland data form will be prepared for representative plant communities located within each delineated area (Deliverable #3b). 3.4 Task 4: Draft Wetland Characterization Report (Deliverable #4) The contractor shall prepare a draft wetland characterization report that includes descriptions of methodology, sites, geology/soils, drainage, and vegetative communities. This report will also contain maps of wetland areas verified and/or identified during the field surveys. 3.5 Task 5: Jurisdictional Determination (Deliverable #5) After COTR review of the draft wetland characterization report and associated maps, the contractor will be available for a jurisdictional determination (JD) in conjunction with the US Army Corps of Engineers (COE) Regulatory Branch. Historically, the COE has not required site visits for every wetland identified. Typically only newly identified areas and those where boundary changes are proposed require individual visits. The contractor shall provide a brief summary of changes/adjustments to wetland boundaries as a result of the JD. 3.6 Task 6: Final Wetland Characterization Report (Deliverable #6) Upon completion of the JD, the contractor shall revise the draft wetland characterization report according to results of the JD and comments and/or guidance provided by the Air Force review. 3.7 Task 7: Geographic Information System Data (Deliverable #7) Wetland boundaries verified and or identified during field surveys will be digitized onto the installation's most current orthorectified imagery. All GIS data shall follow the specifications outlined in Exhibit 1. 3.8 Task 8: Progress Reports (Deliverable #8) The contractor shall prepare and submit monthly progress reports on the status of work completed by the tenth (10th) of the following month for the duration of the contract. The reports shall be brief (1-2 pages) and should follow the format in Exhibit 2. At a minimum, the reports shall document: (a) Work accomplished during the reporting period and a quantitative statement of overall work progress, including percentage of work accomplished on each task. (b) Current problems that may impede performance in accomplishing planned activities outlined in the Program Management Plan and suggested corrective actions. (c) Work to be performed during the following reporting period. The following table provides a summary of the deliverables associated with this task order. 1.Draft Program Management Plan 2.Final Program Management Plan 3a.Field Survey Plan 3b.Wetland Data Forms 4.Draft Characterization Report 5.JD Summary Report 6.Final Characterization Report 7.GIS Data 8.Progress Reports (1 per month) 3.9 Schedule The wetland verification/identification should be completed within twelve (12) months of receiving the Notice To Proceed. However, it is understood that circumstances could arise that may impact the proposed schedule, therefore, the project performance period shall not exceed two years from the date of contract award. In the absence of unforeseen adverse circumstances, the schedule below is generally representative of the relative time frame for completion of this effort, yet may require internal adjustment. A detailed schedule will be developed as part of the program management plan; however, general schedule milestones, subject to refinement, are as follows: Notice to Proceed Sept 06 Project Management Plan Sept/Oct 06 Field Surveys Oct/Nov 06 Draft Characterization Report Dec 06/Jan 07 Jurisdictional Determination Mar 07 Final Characterization Report Apr 07 GIS Data May 07 The Contractor will be incrementally paid as deliverables are submitted as shown in the table below. The Contractor shall submit billing based on the percentages denoted below: Deliverables Increment Payment (Percent of Total) per Deliverable Completed Percent Total Accumulated Payment after Deliverable is Submitted 3a 25% 25% 5 50% 75% 7 25% 100% 4. SPECIAL CONSIDERATIONS 4.1 Technical Support The contractor or persons employed by or in any way responsible to the contractor in respect to accomplishment of this SOW shall make themselves available to respond to technical issues pertaining to contractor supplied portions of the environmental documentation and in response to Freedom of Information Act (FOIA) Requests. Technical issues are perceived to be any operational or structural difficulty encountered in explaining results and the methodology. 4.2 Document Production Documents submitted as deliverables for this work effort shall conform as follows. 4.2.1 Size Final trim size of deliverables shall be 8.5 X 11 inches. Image size of standard text shall not exceed 7 X 10 inches. 4.2.2 Foldouts Wherever appropriate, use of oversized illustrations, charts, maps, photographs or art work, may be used; however, 8.5 X 11 inch is preferred. Foldouts shall not exceed 11 X 17 inches with maximum image size of 9.75 X 15.5 inches. 4.2.3 Color Color shall be used cases where color differentiation in graphics (illustrations, maps, diagrams, charts) is deemed appropriate for explanation and clarification. 4.2.4 Printing The report submittals should be double-sided, 11/2 spaces and line numbered. Subsequent version reports should be double-sided single-spaced with the exception of the Executive Summary. Each text page should have 1.5 inch mirror margin to allow for binding and a 1-inch margin on all other sides. No contractor title or logo shall appear anywhere in the document with the exception of the list of preparers. 4.2.5 Binding All reports, except the unbound "camera ready" copies, shall be comb bound. Other use of perfect-binding, comb-binding or three-ring binding should be approved by the COTR prior to use. 4.2.6 Quality Report copies should be clean and of sufficient quality to be easily read on subsequent reproductions. All narrative portions shall be presented in clear, standard grammar with correct spellings and punctuation. 4.3 Electronic Media All electronic/digital deliverables shall be provided on CDROM or USB memory sticks and be compatible with a Windows-based personal computer. The word processing software used to generate reports should be MS Word (or other compatible software) and be of the same version utilized by the Government. Maps generated in support of the document should conform to the requirements of the 1st Fighter Wing GeoBase office included at Exhibit 1. Graphics must be in a form compatible with a Windows-based personal computer and be importable into MS Word documents. Project schedules will be produced in MS Project or other compatible software. 4.4 Regulatory Framework The contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and local laws, codes, and regulations applicable to the performance of contractor investigations. GIS Data Deliverable Specifications The contractor shall use conventional surveying and other methods, such as a total station or Global Positioning Systems (GPS) for field data collection at an accuracy level in accordance with "Geospatial Positioning Accuracy Standards, Part 4: Architecture, Engineering, Construction, and Facilities Management," published by the Federal Geographic Data Committee (FGDC), dated February 2002. This standards document can be found at: http://www.fgdc.gov/standards/status/sub1_5.html . All geospatial data shall overlay on the installation's most current orthorectified imagery provided by the government. The collected data will incorporate the coordinate and projection system of the imagery, NAD 83 Virginia State Plane South, NAVD 88, and have an external spatial reference (.prj) file attached that specifies the parameters of the coordinate system. The contractor shall provide survey grade GPS data at an accuracy level of +/- 2cm. where appropriate (as determined by the Government), and all other collection at a resource grade accuracy level of +/- < .5m. The contractor shall provide a quality control (QC) report that must state whether all inconsistencies in the data generated were corrected, or it must detail the remaining errors by case. Data on the location of utility lines shall be captured at a minimum every 50ft and each turn or bend in a utility line must also be captured. The contractor shall prepare and submit a GIS .mdb that links the respective spatial and tabular databases through ESRI ArcGIS 9.1 The contractor shall utilize a topology build and clean routine and assure the following: No erroneous overshoots, undershoots, dangles or intersections in the line work Lines should all be continuous, i.e. do not create dashed lines with many small line segments Point features should be digitized as points, not graticules, symbols or icons No sliver polygons All polygons completely close and have a single unique centroid Digital representation of the common boundaries for all graphic features must be coincident, regardless of feature layer Feature Attributes: The contractor shall identify the classification, type, location, ID number, and any other necessary attributes (specified by the Government) for all surveyed, mapped, designed, or proposed features. Entity naming conventions, attribute fields, and domain names will be collected in the format defined by the CADD/GIS Technology Center's Spatial Data Standards (SDS) release 2.3 (or the most current version available), except where modified by the government. This standards document can be found at: http://tsc.wes.army.mil/products/tssds-tsfms/tssds/projects/sds/.Metadata: The contractor shall complete all metadata elements marked mandatory and mandatory-if-applicable as defined by the FGDC Content Standards for Digital Geospatial Metadata for each feature layer collected. This standards document can be found at: http://www.fgdc.gov/metadata/contstan.html. Metadata must include an NSSDA accuracy statement at the 95% confidence interval & corresponding calculation worksheets as outlined in "Geospatial Positioning Accuracy Standards, Part 3: National Standard for Spatial Data Accuracy," published by the Federal Geographic Data Committee (FGDC),. This standards documentation can be found at: http://www.fgdc.gov/standards/status/sub1_3.html Metadata should be submitted in ESRI ArcGIS 9.x format and stored as an XML document with the corresponding feature layer.
 
Place of Performance
Address: Langley AFB, VA
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01134958-W 20060908/060906220929 (fbodaily.com)
 
Source
FedBizOpps 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.