Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
SOLICITATION NOTICE

76 -- Vegetative Community Level Survey and Maps

Notice Date
9/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Rucker, ACA, Fort Rucker, Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380, Fort Rucker, AL 36362-5000
 
ZIP Code
36362-5000
 
Solicitation Number
W9124G-08-T-0189
 
Response Due
9/19/2008
 
Archive Date
11/18/2008
 
Point of Contact
Carrie Eastburn, 334-255-3918<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Requirement is to provide a planning level survey of vegetative communities to include: the identification of the habitat of the gopher tortoise AND deliverable products consisting of 2 each (copies) of ArcGIS shape file vegetative community maps on CD's (with metadata) AND 2 each printed vegetative community maps (36 inches x 48 inches)in accordance with attached statement of work. This announcement constitutes the only solicitation: quotations are being requested and a written solicitation will not be issued. Reference number is W9124G-08-T-0189, and is issued as a request for quotation along with incorporated provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-26. Acquisition is set aside for small business concerns. AGAR 452.219-70: Size Standard and NAICS Code Information: The NAICS Code is 541370 and small business size standard is $4,500,000 for the products and/or services to be acquired under this solicitation. Schedule and Statement of Work (SOW) follow this synopsis-solicitation. DESIRED DELIVERY: One (1) year or less after receipt of purchase order (ARO). The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors -Commercial Items, is applicable and is addended as follows: Paragraphs (b)(5), (d), (e), and (h) are deleted. This provision is further addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information - www.gsa.gov); 52.216-1 Type of Contract (Fill-in information, firm fixed-price; and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting. The Government intends to make a single award to the responsive and responsible offeror whose offer is most advantageous to the Government considering price and non-price related factors. The provision at 52.212-2 Evaluation Commercial Items applies to this acquisition; evaluation factors are Price and Past Performance. Price is slightly more important than Past Performance. REQUIREMENTS: 1) The successful offeror must be registered in CCR (Central Contractor Registration) before a purchase order may be issued. CCR website is https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. 2) Vendors must submit representations and certifications, upon request, through the Online Representations and Certifications site: http://orca.bpn.gov. SUBMITTALS: 1) A list of references which describe experience related to the same or similar work performed within the last 3 years. References shall include: company name, points of contact, addresses, and telephone numbers, a brief description of the services provided, the length of the contract or agreement, and the dollar value. This information will be used to determine responsibility for the successful offeror. 2) Completed Offer Schedule (see below). INVOICING INSTRUCTIONS Army Electronic Invoicing Instructions (Feb 2006) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [ X] Wide Area Workflow (WAWF) (see instructions below) DFAS Phone: 1-888-332-7366 WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) Indianapolis at 888-332-7366 or faxed to 877-701-5069. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at https://myinvoice.csd.disa.mil/. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [check as appropriate] [ ] Commercial Item Financing [ ] Construction Invoice (Contractor Only) [ ] Invoice (Contractor Only) [ ] Invoice and receiving Report (COMBO) [ X ] Invoice as 2-in-1 (Services only) [ ] Performance Based Payment (Government Only) [ ] Progress Payment (Government Only) [ ] Cost Voucher (Government Only) [ ] Receiving Report (Government Only) [ ] Receiving Report with Unique Identification (UID) Data (Government Only) UID is a new globally unique part identifier containing data elements used to track DOD parts through their life cycle. [ ] Summary Cost Voucher (Government Only) CAGE CODE: ________________ ISSUE BY DODAAC: W9124G ADMIN BY DODAAC: W9124G INSPECT BY DODAAC: W31BMV ACCEPT BY DODAAC: W31BMV SHIP TO DODAAC: W31BMV PAYMENT OFFICE FISCAL STATION CODE: HQ0105 EMAIL POINTS OF CONTACT LISTING: INSPECTOR: daniel.spillers@us.army.mil ACCEPTOR: daniel.spillers@us.army.mil RECEIVING OFFICE POC: daniel.spillers@us.army.mil CONTRACT ADMINISTRATOR: carrie.eastburn@conus.army.mil CONTRACTING OFFICER: michael.faire@conus.army.mil The following FAR clauses are applicable and incorporated by reference: 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-3Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.219-1Small Business Program Representations 52.219-6Notice of Total Small Business Set-Aside 52.222-22Previous Contracts And Compliance 52.222-25Affirmative Action Compliance 52.232-17Interest 52.232-28 Invitation to Propose Performance-Based Payments 52.232-33Payment by Electronic Funds Transfer--Central Contractor Registration 52.333-3Protest After Award 52.243-1ChangesFixed Price 52.247-34 F.O.B. Destination 52.252-2Clauses Incorporated by Reference 52.252-5Authorized Deviations in Provisions 52.252-6Authorized Deviations in Clauses 52.253-1 Computer Generated Forms The following DFARS clauses are applicable: 252.201-7000Contracting Officers Representative 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies 252.204-7000Disclosure of Information 252.204-7001Commercial and Government Entity (Cage) Code Reporting 252.204-7003 Control Of Government Personnel Work Product 252.204-7004Required Central Contractor Registration 252.225-7000 Buy American Act--Balance Of Payments Program Certificate 252.232-7000Electronic Submission of Payment Requests 252.232-7003Electronic Submission of Payment Requests and Receiving Reports 252.232-7010Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.243-7002Certification of Requests for Equitable Adjustment 252.246-7000 Material Inspection And Receiving Report 252.247-7023 Transportation of Supplies by Sea (May 2002) Alt III 252.211-7007Item Unique Identification of Government Property The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, will apply: 52.222-19, 52.222-21, 52.222-26, 52.222-3, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-1, 52.232-36 applies to this acquisition. Full text of any FAR clause may be accessed electronically at http://www.acqnet.gov/far. Offers are due not later than 4:00pm(CST), 19 September 2008. All responsible concerns may submit an offer which will be considered by the agency. Offers received after 4:00pm(CST), 19 September 2008 will be rejected and not considered for award. Offers may be submitted either by email, facsimile, or mail. Submit offers to: Fort Rucker Directorate of Contracting, ATTN: Carrie Eastburn, Bldg. 5700, Room 380, Fort Rucker, Alabama 36362. Points of Contact are Ms. Carrie Eastburn, Contract Specialist, 334-255-3918, carrie.eastburn@us.army.mil or Mr. Michael Faire, Contracting Officer, 334-255-1522, michael.faire@us.army.mil OFFER SCHEDULE: 0001 VEGETATIVE COMMUNITIES SURVEY: to include the identification of the habitat of the gopher tortoise AND deliverable products consisting of 2 each (copies) of ArcGIS shape file vegetative community maps on CD's (with metadata) AND 2 each printed vegetative community maps (36 inches x 48 inches) in accordance with attached statement of work. Payment will be made after receipt and acceptance of end products (CDs and maps). TOTAL$_______ STATEMENT OF WORK: The following describes the work to be performed by the contractor to accomplish a planning level survey of vegetative communities on the Fort Rucker Military Installation (approximately 58,000 acres). A map of the area to be surveyed will be provided to the contractor. 1. The survey will identify the following vegetative communities as defined in the Final Survey of the Fauna and Flora of Fort Rucker, AL., Mount and Diamond, 1992. a. Steep Forested Ravine Slopes b. Hardwood-Dominated Mesic Forests c. Mixed Pine-Hardwood, Mesic Sites d. Xerice Forests, Sandhill Type e. Xeric Forests, Clayhill Type f. Young Pine Stands g. Mid-Aged Pine Stands h. Badly Eroded Sites, Waste Areas, Quarries i. Agricultural Land, Fallow Fields and Old Fields j. Golf Courses and Similar Places k. Floodplain Forest l. Bay Swamps m. Seeps, Bogs and Wet Meadows n. Borrow Pits o. Beaver Ponds p. Ox-Bows q. Man-made Lakes r. Permanent Streams s. Intermittent Streams 2. The vegetative communities will be identified by remote sensing, using ground confirmation to determine spectral signature ranges of the habitat types. Soil survey data will be used to further refine the data. Initial classification will be accomplished using Landsat satellite imagery procured by the government. Existing digital orthophotography of the Installation provided by the Government will be used to refine this classification. Communities should be defined down to 0.25 acre. Geographic information systems (GIS) software utilizing an image analysis extension will be used to classify spectral signatures into identifiable vegetative communities and these communities will be identified and delineated as a GIS shapefile. This data must then be ground-checked (1/100 sample) and refinements made for accuracy. 3. Additionally gopher tortoise (Gopherus polyphemus) habitat (based on soil type and vegetative community type) should be delineated and mapped separately. These habitats should be coded as high potential, medium potential, low potential, and non-suitable. 4. Deliverable products will consist of: a. 2 copies of ArcGIS shapefile vegetative community maps on CDs (with metadata), b. 2 printed vegetative community maps (36 inches x 48 inches) 5. The contractor has one (1) year from time of contract award to complete work described herein. 6. Pursuant to the DoD Instruction 2000.16, DoD Anti-Terrorism Standards, contracting officers shall incorporate Level I Anti-Terrorism Awareness Training into any contract where performance requires access to a Federally-controlled facility (i.e. Fort Rucker) The training is publicly available at https://atlevel1.dtic.mil/at. Each Contractor employee who needs access to Fort Rucker must complete this training and receive a certificate. All certificates must be turned into the COR, who will in-turn provide a copy to the contracting office. If you have any questions, please do not hesitate to ask.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fad9b8063dd2f52c3e7298ae5326ed08&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Rucker Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380 Fort Rucker AL<br />
Zip Code: 36362-5000<br />
 
Record
SN01667469-W 20080913/080911225805-fad9b8063dd2f52c3e7298ae5326ed08 (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.