Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

R -- Report and Map of Gwich'in Place names in the Yukon Flats National Wildlife Refuge--Alaska

Notice Date
9/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Fish and Wildlife Service, CGS-WO, US Fish & Wildlife Service - R7 Contracting & General Services1011 E. Tudor Rd, Mail Stop 171 Anchorage AK 99503
 
ZIP Code
99503
 
Solicitation Number
701818Q080
 
Response Due
9/12/2008
 
Archive Date
9/2/2009
 
Point of Contact
Paul Griffin Contracting Officer 9077863408 paul_griffin@fws.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found 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 separate written solicitation will not be issued. The solicitation number for this request is 70181-8-Q080 and the solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC 05-26) and Federal Acquisition Regulation (FAR). This is a small-business set-aside procurement under NAISC classification code: 561990, and PSC: R499. The small business size standard is 500 employees. A. SCOPE OF WORK: Background:Land Exchanges, such as that proposed by the US Fish and Wildlife Service with Doyon, Ltd. For lands within the Yukon Flats National Wildlife Refuge, are defined as an Adverse Effects on Historic properties eligible for the national Register of historic Places (National Wistoric Preservation Act of 1966, and implementing regulations within 36 CFR 800.5(a)(2)(vii). NHPA requires that Adverse Effects be resolved. In consultation with the Advisory Council on Historic Preservation and the Alaska State Historic preservation Officer, a native Athabascan language place names study and report was agreed upon as mitigation. Work Description:The requirements of this procurement shall be the successful contractor compiling a complete list of place names and maps of traditional Gwich'in Athabascan Place Names of the entire Yukon Flats National Wildlife Refuge from existing information and new interviews in Birch Creek, Stevens Village, Beaver, Fort Yukon, and Circle. The place name information shall be assembled in a report according to drainages with entries that include word etymologies, alternate spellings, and annotations. The report shall be accompanied by a map of place name locations. The contractor will review and consolidate existing place names information into draft lists and maps. The resulting list and maps will be reviewed by speakers of the Gwich'in language and corrected and clarified. Additional place names, outside of those currently commonly known, will be identified and recorded. Interviews and consultations are to take place in Native communities on the Yukon Flats NWR and in Fairbanks, AK. Selected interviews will be recorded and details of each interview will be provided into the final report to be submitted by the contractor to the government and the completion of work. The communities to be involved in the study include Birch Creek, Stevens Village, Beaver, Fort Yukon, and Circle. The place name information shall be assembled in a report according to drainages with name entries that include etymologies, alternate spellings, and annotations. This procurement requires professional training, experience, and knowledge of Athabascan languages, linguistic research, and the collection and analysis of place names. The awarded contractor must be able to speak and understand, both written and verbally, the Athabascan language as spoken in interior Alaska. The awarded contractor shall provide the following deliverables upon the completion of work:1)A full final report of collected place names with annotations, interview briefings, alternate spelling and description annotations2)Map with place names cross referenced to the report provided in #1 above. Timeline:1)Project summaries shall be provided to the Government no less frequently than quarterly as to the following schedule:a.October 1, 2008b.January 1, 2009c.September 1, 2009 d.January 1, 2010e.May 1, 2010f.September 1, 2010**September 1, 2010 shall be the delivery date for all reports, maps, and findings produced under this project. B. Quotation Line Items: CLIN-0001Provide all services, deliverables, equipment, labor, and all that is necessary to complete all requirements of the Scope of Work Listed in "A" above. !.00 Lump Sum: $______________ DELIVERY POINT, (FOB):All products shall be FOB destination. PROVISIONS AND CLAUSES:The Provision at FAR 52.212-1, Instructions to Offers-Commercial, applies to this acquisition. 52.212-04 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS SEPTEMBER 2005(a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its post-acceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Government wide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract.(c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjustment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-01, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with performance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-01, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement or any excusable delay, setting for the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence.(g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include-(i) Name and address of the Contractor;(ii) Invoice date and number;(iii) Contract number, contract line item number and, if applicable, the order number;(iv) Description, quantity, unit of measure, unit price and extended price of the items delivered;(v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading;(vi) Terms of any discount for prompt payment offered;(vii) Name and address of official to whom payment is to be sent;(viii) Name, title, and phone number of person to notify in event of defective invoice; and(ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract.(x) Electronic funds transfer (EFT) banking information.(A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract.(B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures.(C) EFT banking information is not required if the Government waived the requirement to pay by EFT.(2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315.(h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (i) Payment.-(1) Items accepted. Payment shall be made for items accepted by the Government that have been delivered to the delivery destinations set forth in this contract.(2) Prompt payment. The Government will make payment in accordance with the Prompt Payment Act (31 U.S.C. 3903) and prompt payment regulations at 5 CFR part 1315.(3) Electronic Funds Transfer (EFT). If the Government makes payment by EFT, see 52.212-5(b) for the appropriate EFT clause.(4) Discount. In connection with any discount offered for early payment, time shall be computed from the date of the invoice. For the purpose of computing the discount earned, payment shall be considered to have been made on the date which appears on the payment check or the specified payment date if an electronic funds transfer payment is made.(5) Overpayments. If the Contractor becomes aware of a duplicate contract financing or invoice payment or that the Government has otherwise overpaid on a contract financing or invoice payment, the Contractor shall immediately notify the Contracting Officer and request instructions for disposition of the overpayment.(j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties. (l) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges the Contractor can demonstrate to the satisfaction of the Government using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred which reasonably could have been avoided. (m) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (n) Title. Unless specified elsewhere in this contract, title to items furnished under this contract shall pass to the Government upon acceptance, regardless of when or where the Government takes physical possession. (o) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.(q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701, et seq., Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procurement integrity (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) the schedule of supplies/services; (2) the Assignments, Disputes, Payments, Invoice, Other Compliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause; (3) the clause at 52.212-05; (4) addenda to this solicitation or contract, including any license agreements for computer software; (5) solicitation provisions if this is a solicitation; (6) other paragraphs of this clause; (7) the Standard Form 1449; (8) other documents, exhibits, and attachments; and (9) the specification. (t) Central Contractor Registration (CCR). (1) Unless exempted by an addendum to this contract, the Contractor is responsible during performance and through final payment of any contract for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document.(2)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in FAR Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name.(ii) If the Contractor fails to comply with the requirements of paragraph (t)(2)(i) of this clause, or fails to perform the agreement at paragraph (t)(2)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract.(3) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract.(4) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. The applicability of FAR Clause 52.212-2, Evaluation-Commercial Items applies, and the specific criteria to be used for evaluation shall be as follows: 1) Total Price; (cost analysis for determining low bidder will be based on total overall price quoted)2) Additional discounts and/or rebates3) Utilization of Indian Organizations and Indian Owned Economic in accordance with FAR 52.226-01 Offeror's must supply a completed copy of the provision found at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items when responding to this solicitation, or complete Online Representations and Certifications (ORCA) at www.orca.gov. POINT OF CONTACT:This combined synopsis/solicitation is a request for competitive quotes. Offerors interested in submitting a quote, or requiring additional information on this solicitation should contact: Paul M. Griffin, Contracting Officer US Fish and Wildlife Service (907) 786-3408 phone, (907) 786-3923 fax, email: paul_griffin@fws.gov PROPOSAL SUBMISSION:Quotes must be received at the following address, by via fax or mail, prior to the closing date of this solicitation. Closing date of this solicitation is September 12, 2008 at 2:00pm: US Fish and Wildlife ServiceContracting and General Services1011 East Tudor RdAnchorage, AK 99503Ph: (907) 786-3408Fax: (907) 786-3923 Evaluation of quotes and contract award will be made within five (5) business days following the closing date of this solicitation. See Numbered Notes 1 and 13.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f5334e3cdc69cc9b60db1f95fadf9965&tab=core&_cview=1)
 
Place of Performance
Address: Yukon Flats National Wildlife Refuge, Alaska<br />
Zip Code: 99577<br />
 
Record
SN01656496-W 20080904/080902215741-f5334e3cdc69cc9b60db1f95fadf9965 (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.