Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
MODIFICATION

R -- Amendment to Combined Synopsis/Solicitation 01

Notice Date
8/21/2007
 
Notice Type
Modification
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-07-R-0023
 
Response Due
9/4/2007
 
Archive Date
11/3/2007
 
Point of Contact
Marie Tornai, 719-526-3841
 
E-Mail Address
ACA, Fort Carson
(marie.tornai@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
***Amendment 01 to Combined Synopsis/Solicitation, is hereby issued to revise the solicitation for the following reasons: Degree/Certification Qualifications, Selection Criteria, Submittal of Proposal Packages, and Closing Date.*** This is a combined synopsis/solicitation for commercial services 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; proposal s are being requested and a written solicitation will not be issued. This synopsis/solicitation is for Pollution Prevention/Energy Management Program Support. Background: Fort Carson is responsible for implementing an ever-increasing, complex set of Fed eral energy management, noise management, pollution prevention laws, Executive Orders and Army regulations. Increasing costs of utilities, noise encroachment issues and waste disposal have placed an ever-increasing emphasis on elimination of waste, improv ed management and sound environmental practices. Objectives: Provide program support, coordination and technical expertise to the Fort Carson Directorate of Environmental Compliance and Management (DECAM) Pollution Prevention, Noise and Energy programs. This level of effort requires a Senior Technician. A Senior Technician is defined as, but not limited to, an individual with scientific education and/or expertise in the pollution prevention and energy fields of expertise who shall advise the DECAM Pollu tion Prevention Branch Chief, who in the capacity as a government employee, makes all of the program management and financial decisions. Qualifications: To qualify as a Senior Technician, the following criteria must be met: a) B.S. degree in environmen tal studies, engineering, related science or management, OR eight years of specialized experience in environmental, pollution prevention and/or energy management. Requirements: The Senior Technician, as an independent contractor and not as an agent of th e Government, shall provide support and coordination to the Fort Carson Pollution Prevention, Noise and Energy management programs. The contractor must have a valid drivers license. The Government will provide office space, phone for official calls, com puter, copying and printer usage, access to server for required software, databases, and vehicles for official travel in and around the installation on an as needed basis. Specific tasks include: Task 1: Coordination: Prepare correspondence and meet with the representatives of Federal/State regulatory agencies, Fort Carson partners, Headquarters Installation Management Command (HQ IMCOM), Army Environmental Center (AEC) and contractor representa tives. The support services will be provided throughout the performance period and include coordinating and investigating energy conservation, noise mitigation and pollution prevention opportunities. (Approximately 12 actions per month) Task 2: Technical Review: Review installation programs, policies and projects that impact energy and noise requirements or may present pollution prevention opportunities. At managements request, prepare and submit presentations, purchase requests and w ritten suggestions to the Government. (Approximately 15 actions per month) Task 3: Reports: Assist in the data collection and preparation of necessary documents related to the energy, noise and pollution prevention programs. Complete energy conservation and pollution prevention program progress reports to higher headquarters a s required by regulation, or upon request. (Approximately 5 actions per month) Task 4: Tracking: Monitor and report on the progress of energy conservation, noise and pollution prevention projects on Fort Carson and develop future project justification and program funding requirements. All project information shall be reviewed by D EACM management and staff and may be requested by higher headquarters or othe r agencies. (Approximately 100 actions over 12 months) Task 5: Meetings/Briefings: In support of the pollution and noise prevention and energy programs, prepare and present briefings on program goals and the status of pollution prevention and energy programs to the government. Attend conferences and present ations as requested to benefit Fort Carson goals and objectives. (Approximately 2 briefings/presentations per month) Task 6: Awareness: Develop articles, memoranda, and activities supporting pollution prevention, noise and energy conservation programs, to include Earth Day and Energy Awareness Month. (Approximately 2 actions per month) Performance Period: The performance period shall be one (1) year from date of award with the option for four (4) additional one (1) year performance periods, if exercised. It is estimated that work will consist of approximately 1840 hours/year. Payment : The Government will only be responsible for payment of actual hours worked. Leave: The contractor shall coordinate any personal leave of contracted employee(s) with the DECAM POC to ensure continuance of services. Authorized Travel: Travel expenses incurred for conferences, meetings, training or other authorized travel for the benefit of the Government including airfare/mileage, registration fees, lodging and meals shall be reimbursed by the Government in accordance with the Joint Travel Regulation ( JTR). (Approximately 4 trips over 12 months) The following FAR provisions apply to this solicitation: 52.212-1, Instructions to OfferorsCommercial Items; 52.212-2, EvaluationCommercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: A contracted s ource that can fulfill the coordination and technical requirements of this contract, with no direct supervision from the Government is desired. SELECTION CRITERIA: Award will be made to the responsible Offeror whose proposals conform to the solicitation requirements, and are judged to represent the best value to the Government, as determined under four (4) evaluation factors. Selection criteria for this contract are listed below in descending order of importance: (1) Technical Capability and Specia lized Experience: A demonstrated knowledge of Army a) energy conservation and management, b) pollution prevention , and c) noise management programs, practices and initiatives. Offeror must demonstrate competence in each of those three main areas of pro gram support. The offeror shall document personnel qualifications in response to this solicitation. Listing of personnel professional certifications, professional development and training courses specific to the areas of required program support to demon strate personnel technical skills and expertise is highly encouraged. (2) Knowledge of Army Installations: Offeror must demonstrate knowledge of Installation operations, military mission, energy conservation, pollution prevention and noise management ini tiatives and programs in support of military installations. (3) Past Performance: In its response to this solicitation, offeror shall include a minimum of three past performance references (including contract numbers, points of contact with telephone nu mbers and other relevant information) for work of a similar nature performed within the last three years. Work performed at Army Installations should be included. (4) Price. This action is set aside 100% for small business. The Small Business Size Standard is $6.5M. The NAICS/SIC is 541620/8999. Central Contractor Registration (CCR) is required. Registration may be accomplished at http://www.ccr.gov. The following provisi ons and clauses in the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation (DFAR), apply to this acquisition to include addenda to the provisions/clauses. This solicitation incorporates one or more clauses by reference, wit h the same force and effect as if they were given in full text. The full text of any clause may be accessed at http://farsite.hill.af.mil. The clause at FAR 52.212-4, Contract Terms and ConditionsCommercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Sta tutes or Executive OrdersCommercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: FAR 52.212-3 , Offeror Representations and CertificationsCommercial; FAR 52.222-3, Convict Labor; FAR 52.219-14, Li mitations on Subcontracting; FAR 52.222-19, Child LaborCooperation With Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans o f Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.228-5, Insurance Work on a Government Installation; FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this a cquisition. The additional clauses within this clause are applicable: 52.203-3, Gratuities. The following additional DFARs clauses apply: DFAR 252.204-7004, Required Central Contractor Registration. CONTRACT MANPOWER REPORTING: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manp ower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes : (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone num ber, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including sub-con tractors), (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Ide ntification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the wo rk (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and su b-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be t he contract period of performance, not to exceed 12 months and must be reported within 30 days after the end of the contract performance period. Contractors may use a direct XML data transfer to the databa se server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. A complete proposal package consists of the following: (1) Cover sheet with company name, NAICS code and total bid price; and (2) Technical proposal addressing: Technical Capability and Specialized Experience, Knowledge of Army Installations and Past Performance as outlined in the Selection Criteria; and (3) Separate price sheet clearly indicating the labor rate per hour to be paid for all hours worked; and (4) Copy of Representations and certifications in accordance with FAR 52.212-3. Offeror will exclude companys name in the bid proposal package, for the purpose of evaluation. The company name will only be identified on the cover sheet. Proposals are due by 4 September 2007, 4:00 PM (MST). Proposals will be accepted via mail or hand delivered to ACA-NR Directorate of Contracting, 1676 Evans Street, Bldg 1220, Third Floor, Fort Carson, CO 80913, ATTN: Marie Tornai. No faxed or email pr oposals will be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-AUG-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/USA/DABJ/DABJ13/W911RZ-07-R-0023/listing.html)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
Country: US
 
Record
SN01380513-F 20070823/070822074222 (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.