Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOLICITATION NOTICE

B -- El Segundo Blue Butterfly Genetic Testing

Notice Date
5/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue Bldg 8500, Room 150, Vandenberg AFB, CA, 93437-5212, UNITED STATES
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3D37115AG01
 
Response Due
5/29/2007
 
Archive Date
6/13/2007
 
Point of Contact
Christopher Dutton, Contracting Specialist, Phone 805-605-3916, Fax 805-606-5867, - Betty Rodrigues, Contracting Officer, Phone (805) 605-8718, Fax (805) 606-5867,
 
E-Mail Address
christopher.dutton@vandenberg.af.mil, betty.rodrigues@vandenberg.af.mil
 
Description
This is a combined synopsis/solicitation for the following item: The contractor shall provide all labor, tools, parts, materials, equipment, facilities, transportation and supervision necessary to capture, cultivate, and provide genetic testing for a butterfly found on Vandenberg AFB (VAFB). The species found on VAFB was identified as Euphilotes battoides near allyni. Euphilotes battoides allyni is the El Segundo Blue butterfly (ESBB), which is federally listed. Previously, the ESBB was only found in four locations in the Los Angeles area. Additionally, it was only thought to inhabit coastal sand dunes. It is a biological anomaly that VAFB would have the ESBB given previous data. Individuals of the Euphilotes complex are very difficult to identify based upon phenotypic traits. Additionally, there is substantial variance within the Euphilotes battoides complex. Genetic testing is necessary in order to determine the species of butterfly we have and the appropriate protection measures that are required by law. Scope of Work: 1. Contractor shall complete field surveys for the El Segundo Blue Butterfly (ESBB) and its habitat during the flight period, which is June through August. 2. Contactor shall provide input and support services with other members of the VAFB ESBB Action Team to accomplish tasks such as survey design, sharing results and discussing findings and conclusions. 3. All areas occupied by the ESBB and areas surveyed will be mapped using a GPS unit, and GIS shapefiles will be submitted to CEVNN upon completion of the surveys. Data collected must be accurate to within 10 meters. 4. Surveyors must be willing to add qualified individuals to their permits as ?supervised individuals? while surveying on Vandenberg. ?Supervised individuals? may help surveyors record location data (GPS), however, it is ultimately the permit holder?s responsibility to record all data and in the event of a ?supervised individual? not being available for a survey, the contractor will ensure this is accomplished. 5. Suitable habitat will be assessed, and priority areas will be assigned for butterfly surveys based upon planned projects. Direction on these priority areas will be provided by CEVNN staff. 6. A final report will detail the presence/absence of the ESBB, its actual distribution based upon 2007 surveys, and recommendations for habitat management. Contractor will complete and submit California Natural Database forms for all positive sightings. 7. Contractor must submit a copy of current 10 (a) (1) (A) recovery permit for ?Take by Pursuit? of El Segundo Blue Butterfly from the United States Fish and Wildlife Service with bid offer. In order to prevent duplicate efforts, this contract may not be awarded to persons who are already conducting surveys for the El Segundo Blue Butterfly on Vandenberg AFB in the 2007 adult flight season. 8. Contractor must be willing to work in a positive and professional manner with all members of the VAFB ESBB Task team (VET), including 30 CES/CEVN and other contractor biologists. 9. Any findings of the ESBB will be IMMEADIATELY reported to a 30 CES/CEVNN biologist, to ensure proper notification measures through appropriate communication channels are accomplished. Surveyors must wait at least 24 hours before sharing results of work with anyone outside of the VET team. The purpose of this waiting period is to allow base leadership to be briefed on findings first, before the information is circulated. 10. Manuscripts intended for publication in any media shall be submitted to the Contracting Officer and Contracting Officer's Representative (COR), 15 days before submission for publication. Review of such manuscripts is for comment to the Principal Investigator, and to ensure no information is released that may comprise national security. Examples of information that is not suitable for public release include maps detailing base infrastructure or base operations. The intent of this review is not for approval or disapproval of scientific content. Courtesy copies of the reprint shall be forwarded to the Contracting Officer and COR, even though publication may be subsequent to the expiration of the contract. 11. The Contractor shall notify the Contracting Officer of planned news releases, planned publicity, advertising material concerning contract work, and planned presentations to scientific meetings, prior to public release. This is not intended to restrict dissemination of research information but to allow VAFB advance notice in order to adequately respond to inquiries. 12. Manuscripts, reports, public releases and abstracts, which appear in professional journals, media and programs, shall include the following statements: a. "This work is supported by the Department of Defense under Contract No. XXXXXXXX." b. "The views, opinions and/or findings contained in this report are those of the author(s) and should not be construed as an official Department of the Air Force position, policy or decision unless so designated by other documentation." 13. This Statement of Work includes all labor and supplies for completing this project. Period of Performance for this contract is 12 months from date of award. Contact listed POCs for further information on deliverables. This combined synopsis/solicitation is 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. This combined synposis/solicitation is issued as a request for quote (RFQ) F4D3D37115AG01. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13 and DFARS Change Notice 20061004. North American Industrial Classification Standard 541380, Size Standard, 500 employees, applies to this procurement. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated on price related factors only. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at 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. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; FAR 52.204-9, Personal Identity Verification of Contractor Personnel. All potential offerors are reminded in accordance with Defense Federal Acquisition Regulations (DFAR) 252.204-7004, Required Central Contractor Registration (CCR), lack of registration in the CCR will make an offeror ineligible for contract award. Any questions will need to be submitted in writing by 2:00 PM PST on Thursday, 24 May 2007. The answers will be posted on the EPS website by Friday, 25 May 2007. All quotes must be sent to Christopher Dutton at : Fax 805-606-5867; christopher.dutton@vandenberg.af.mil; 30 CONS Attn: Christopher Dutton 1515 Iceland Avenue, Bldg. 8500, Room 150 Vandenberg AFB CA 93437. Quotes are required to be received no later than 4:00 PM PST, 29 May 2007. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3D37115AG01/listing.html)
 
Place of Performance
Address: Survey and collection will occur on Vandenberg AFB, California. All testing will occur at a contractor provided laboratory.
Zip Code: 93437-5212
Country: UNITED STATES
 
Record
SN01296120-F 20070518/070516222150 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.