Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2007 FBO #1903
SOLICITATION NOTICE

F -- Enviromental Compliance Support, Arizona Trail, Las Cienegas Section, Coronado National Forest

Notice Date
2/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region/Coronado NF, Federal Building 300 West Congress, Tucson, AZ, 85701, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
R3-05-07-014
 
Response Due
2/20/2007
 
Archive Date
3/7/2007
 
Small Business Set-Aside
Total Small Business
 
Description
1. The Coronado National Forest, Tucson, Arizona, is soliciting quotes (RFQ) for the services of an experienced biological consulting services contractor for support in meeting environmental compliance requirements applicable to the proposed construction of the new 9.5-mile Las Cienegas segment of the Santa Rita section of the Arizona Trail from Oak Tree Canyon up to the boundary of Arizona State Trust Land (T19S, R16E, Sec 4 north to T17S, R16E, Sec. 36). A site map may be obtained electronically by emailing a request to Mark Hostetler at mhostetler@fs.fed.us. The proposed trail route is accessible at several points from State Hwy. 83. The construction of the trail, which is not part of this procurement, will be approximately 2-3 feet wide and will require removal of vegetation and construction of walk-through gates where the trail crosses a fence-line. 2. The Forest Service must comply with all applicable federal, state, and local statutes and regulations before the construction project can be implemented. This procurement is concerned with environmental requirements that include, but are not limited to, the following: National Environmental Policy Act (NEPA); Section 7, Endangered Species Act (ESA); Fish and Wildlife Coordination Act (FWCA); Section 106, National Historic Preservation Act (NHPA); Clean Air Act; Federal Water Pollution Control Act (Clean Water Act); and Executive Order 12898 (Environmental Justice). 3. Quotes for the Schedule of Services (See numbered items 7. and 8. to follow) are to be submitted to Coronado National Forest, Room 5F, 300 W. Congress, Tucson, AZ 85701 or faxed to Mark Hostetler at (520) 388-8332 by close of business Tuesday, February 20, 2007. 4. Note: 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. 5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-14. 6. This acquisition is set-aside 100% for small businesses. The North American Industry Classification System (NAICS) code is 541690 and the size standard is $6.5 million. 7. For the following Schedule of Services, the subtasks/deliverables for each Contract Line Item Number (CLIN) are included. A price must be submitted for each of the seven CLINs that follow. 8. CLIN 1, ENVIRONMENTAL COMPLIANCE PLANNING with subtasks/deliverables: 1.1 Environmental Compliance Checklist, 1.2 Prepare Project Description and Report Data Needs, 1.3 Schedule of Field Surveys, 1.4 Conduct Field Surveys and Submit Reports, 1.5 Begin and Maintain NEPA Administrative Record. CLIN 2, SCOPING with subtasks/deliverables: 2.1 Prepare and Distribute Scoping Notice, 2.2 Complete Summary of Scoping Comments. CLIN 3, ESA/NHPA COMPLIANCE with subtasks/deliverables: 3.1 Biological Assessment (CE or EA), 3.2 Consultation Letter to FWS, 3.3 Heritage Assessment (CE or EA), 3.4 Consultation Letter to SHPO. CLIN 4, NEPA DOCUMENT PREPARATION with subtasks/deliverables: 4.1 DM or EA Annotated Outline, 4.2 Preliminary CE for FS Review, 4.3 Preliminary EA for FS Review, 4.4 Revision of CE or EA for Public Release. CLIN 5, PUBLIC REVIEW OF EA with subtasks/deliverables: 5.1 Publish Legal Notice for Public Review of EA, 5.2 Distribute EA for Public Review. CLIN 6, RESPONSE TO COMMENTS AND PREPARATION OF FINAL EA with subtasks/deliverables: 6.1 Prepare Comment Response Summary, 6.2 Revise and Prepare Final NEPA Document. CLIN 7, ENVIRONMENTAL PERMITS AND APPROVALS with subtask/deliverable: 7.1 Submit Applications for Environmental Permits. 9. The period of performance for the above anticipated tasks shall not exceed 210 calendar days from date of award. The anticipated award date is February 22, 2007. CLINs 1 through 4 must be completed no later than May 31, 2007. 10. Prices should be submitted as a lump sum for each of the seven CLINs. During actual performance of the subsequent contract, some subtasks/deliverables may not require performance and prices will be adjusted equitably on a percentage basis. 11. Offerors must submit the following items to be considered for award: a) lump sum price quote for each CLIN and a total cumulative price (all applicable taxes, if any, shall be included in the quoted price); b) proposed Technical Approach to complete this project with a milestone and deliverable schedule that is, in part, based on review periods designated by legislation that authorizes each permit or compliance process, as well as the time frames referenced in numbered item 9. above; c) a synopsis of past performance on similar projects completed within the past 3 years with references and phone numbers of a contact person or persons for each reference; d) a synopsis of the Organizational Experience of your firm with resumes addressing the education and experience of each member of the interdisciplinary team proposed for this project. 12. [FAR] 52.212-2 Evaluation, Commercial Items is applicable with the following factors used to evaluate quotes: Price, Technical Approach, Past Performance, and Organizational Experience. The three technical factors when combined are approximately equal in importance to Price. 13. Quotes MUST include a completed copy of [FAR] 52.212-3 Offeror Representations and Certifications, Commercial Items. 14. The following clauses are incorporated by reference and can be downloaded in their entirety at www.arnet.gov/far: [FAR] 52.212-1 Instructions to Offerors, Commercial Items, [FAR] 52.212-4 Contract Terms and Conditions, Commercial Items, [FAR] 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; [FAR] 52.203-6, Restrictions on Subcontractor Sales to the Government; [FAR] 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003): proof of contractor registration in CCR required before the Government can effect an award; [FAR] 52.219-8 Utilization of Small Business Concerns; [FAR] 52.225-3 Buy American Act North American Free Trade Agreement Israeli Trade Act Balance of Payments Program, [FAR] 52.222-41, Service Contract Act of 1965, as Amended (July 2005). 15. All responsible sources may submit a quotation which shall be considered by the Forest Service. The offer/quotation that is most advantageous to the Government, based on the factors contained in this solicitation, will be selected for award. 16. Award is contingent on availability of funds and may be made for all, some, or none of the items in the Schedule of Services. For further information contact Mark Hostetler at 520-388-8312 or by email at mhostetler@fs.fed.us. 1.
 
Place of Performance
Address: Santa Rita Mountains west of State Highway 83, south of Tucson, Arizona
Zip Code: 85701
Country: UNITED STATES
 
Record
SN01229228-W 20070211/070209220303 (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.