Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2008 FBO #2567
SOLICITATION NOTICE

R -- Environmental Assessment (EA) for Proposed Kahuku Storm Damage Reduction Project, Oahu, Hawaii

Notice Date
12/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Honolulu, Attn: CEPOH-CT, Building 230, Fort Shafter, Hawaii, 96858-5540
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-09-T-0005
 
Archive Date
12/27/2008
 
Point of Contact
Linda Oshiro,, Phone: 808-438-8572
 
E-Mail Address
linda.n.oshiro@usace.army.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The U.S. Army Corps of Engineers, Honolulu District, is issuing a combined synopsis/solicitation for services in accordance with the format Subpart 12.6, as supplemented with additional information included in this notice. Contractor shall provide all management, labor, equipment, tools, materials, and supplies to provide an environmental assessment (EA) which is a complete, objective appraisal of the positive and negative environmental impacts associated with the proposed storm damage reduction design alternatives for the proposed Kahuku Storm Damage Reduction Project, Oahu, Hawaii. The period of performance is three hundred eighty (380) calendar days after award of purchase order. This is a commercial service firm fixed price purchase order. Only one award shall be made. Requests may be faxed to Linda Oshiro 808-438-8588 or emailed to linda.n.oshiro@usace.army.mil. No telephone request will be accepted. All requests shall include the solicitation number, W9128A-09-T-0005, your company's name and address, a point of contact, telephone number, facsimile number, email address if available, Taxpayer Identification Number, Cage Code and DUNS number. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. Solicitation Number: W9128A-09-T-0005 is issued as a Request for Quotation (RFQ). 2. A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-32. 3. This procurement is set-aside for small business. The NAICS code, SIC code and size standard for this procurement are 541620, 8999, $7.0M. 4. Contract Line Items: CLIN 0001 - Contractor shall provide all management, labor, equipment, tools, materials, and supplies in accordance with the below Scope of Work entitled, "Scope of Work for Environmental Assessment Proposed Kahuku Storm Damage Reduction Project, Oahu, Hawaii, U.S. Army Corps of Engineers, Honolulu District", dated 18 November 2008. Performance Period: See Scope of Work, Period of Contract and Schedule. 1 LS @ $____________ 5. See Scope of Work at the end of this document, paragraph 15. 6. Period of performance: 380 calendar days ADC. 7. A statement that the provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. 8. A statement advising offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 9. A statement that the clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. 10. A statement that the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. 11. Offers are due: 12 December 2008, Time: 2:00 p.m., Hawaiian Standard Time, Place: U.S. Army Corps of Engineers, Honolulu Engineer District, ATTN: CECT-POH-S, Fort Shafter, Hawaii 96858-5440, Email Offer Authorized: linda.n.oshiro@usace.army.mil Fax Offer Authorized: 808-438-8588, 12. Point of Contact: Linda Oshiro 808-438-8572, linda.n.oshiro@usace.army.mil 13. Scope of Work: ENVIRONMENTAL ASSESSMENT Proposed Kahuku Storm Damage Reduction Project, O‘ahu, Hawai‘i U.S. Army Corps of Engineers, Honolulu District <h5 style="text-align: center;"> 18 November 2008 </h5> 1.0 LOCATION. The proposed project is located within the Mālaekahana Watershed, Ko‘olau Loa District, O‘ahu, Hawai‘i. The area has been subject to repeated flooding and drainage problems that impact the entire community, including residences, commercial establishments and the local high school. The proposed project will focus on local drainage and flood damage reduction feature s at or about Kahuku High School, O‘ahu, Hawai‘i that would provide protection to school facilities from future flood events. 2.0 AUTHORITY. 2.1 Consolidated Appropriations Act, 2008 (PL 101-161), Division C, Section 112. 2.2 The National Environmental Policy Act (NEPA) of 1969, 42 U.S. Codes (USC), Section 4321 et seq 2.3 Council on Environmental Quality (CEQ) regulations implementing NEPA, 40 Code of Federal Regulations (CFR) Parts 1500-1508 2.4 U.S. Army Corp of Engineers, Engineer Regulations (ER) 200-2-2, Environmental Quality - Procedures for Implementing NEPA, dated March 4, 1988. 2.5 U.S. Army Corp of Engineers, ER 1105-2-100 Planning - Planning Guidance Notebook. The major applicable portion is Appendix C of this document. 2.6 Environmental Impact Statements, Hawaii Revised Statues (HRS), Chapter 343. 2.7 Environmental Impact Rules, Hawaii Admistrative Rules (HAR), Title 11, Chapter 200. 3.0 PURPOSE AND PROPOSED ACTION 3.1 The purpose for this effort is to provide an Environmental Assesment (EA) which is a complete, objective appraisal of the positive and negative environmental impacts associated with the proposed storm damage reduction design alternatives, herein referred to as the proposed action. The proponents include the U.S. Army Corps of Engineers, Honolulu District (POH) and the State of Hawai‘i, Department of Education (DOE). 3.2 The proposed project is to design and construct storm damage reduction features at Kahuku High School that would protect the school from future flood events. There are three design alternatives that are being considered for this project which are described in Section 3.3 below. 3.3 At a minimum, the design alternatives under this proposed project shall include, but not be limited to the following: 3.3.1 Alternative 1: Diversion of Water to Helipad. Under this alternative, a berm would be constructed across the school's upper campus that would divert storm runoff to a constructed storm drain system that would then shunt the water to a neighboring helipad. The waters would then collect and percolate through the soil into the groundwater table below. An existing berm between the school's lower campus and the neighboring Kahuku District Park would be heightened and lengthened to prevent runoff from the park from entering the lower campus thus providing additional protection. 3.3.2 Alternative 2: Water Storage on Campus. This alternative will look at excavating the school's athletic field, emplacing commercially available water storage modules within the excavated footprint and replacing the athletic field over these modules. The modules would be used to contain and store runoff coming from areas surrounding the school which would then percolate through the soil into the groundwater table below. An existing berm between the school's lower campus and the neighboring Kahuku District Park would be heightened and lengthened to prevent runoff from the park from entering the lower campus thus providing additional protection. 3.3.3 Alternative 3: Diversion of Water to Refuge. Under this alternative, a system of constructed storm drains would collect runoff coming onto the school's campus to a culvert that would run along Kamehameha Highway to Hospital Ditch where it would empty into the Ki ‘ i National Wildlife Refuge. The waters would then be stored within the refuge where it could either percolate into the groundwater below or overflow into the nearshore waters through existing natural or man-made outlets. 3.4 The Government reserves the right to add alternatives, substitute, and/or delete alternatives listed above before the completion of the Final EA. In the event that such addition, substitution, and/or deletion would require changes deemed extensive and significant by the POH to the document, a modification to the contract will be made and adjustment to the contract price will be negotiated. 3.5 Previous Studies. 3.5.1 Hazardous Toxic Radioactive Waste (HTRW) Assessment for the Kahuku Flood Control Project, Kahuku, Island of O‘ahu, Hawai‘i, 2005. 3.5.2 Draft Report, Planning Level Oral History Studies for the Determination of Traditional Cultural Properties and Cultural Impact Assessment for the Kahuku Flood Control Project, O‘ahu Island, Hawai‘I, December 31, 2004. 3.5.3 Draft Environmental Assessment, Kahuku Stream Flood Control Project, Kahuku, Island of O‘ahu, State of Hawai‘I, September 2006. 4.0 MAJOR WORK ELEMENTS. The following work elements shall be considered as basic guidelines to preparing the EA. The Draft and Final EA shall include all necessary information and analyses based upon professionally accepted standards for documents of this type. The work shall include, but not be limited to, reports and activities relating to meetings, agency coordination, impact analysis, drafting public notices and coordination for publications. 4.1 The EA environmental impact analysis should include, but not be limited to assessing the effects of the proposed action on the following resources: climate, topography and soils, geology, hydrology and drainage, vegetation and wildlife, air quality, water quality, noise, historic and archaeology, ecological, cultural, visual and aesthetics, socio-economics, land use, traffic and circulation, dredging and dredged material disposal, solid waste disposal, toxic and hazardous wastes, existing facilities and utilities systems, coastal zone, accessibility for maintenance, and environmental justice. 4.2 The final product of the purchase order will be a detailed analysis of all potential environmental impacts that reasonably can be expected to occur as a result of the proposed action. Measures to avoid or minimize adverse impacts of the proposed action shall be discussed in detail. Potential adverse impacts that cannot be reasonably avoided shall be discussed in detail, along with measures to mitigate these impacts. 4.3 In summary the documents covered under this Scope of Work (SOW) includes: 4.3.1 EA (PDEA, DEA, PFEA, FEA) for the proposed project at or about the Kahuku High School, O‘ahu, Hawai‘i. 4.3.2 If appropriate, a Draft and Final Finding of No Significant Impact (FNSI), following the preparation and filing of the FEA. The Contractor shall consider technical and administrative guidance from the POH. The POH may also be referred to as the "Government" in this SOW. The EA shall also summarize the mitigation of the design alternatives considered in the design and construction processes. 4.4 Request for Proposal. The maps showing the conceptual design of each alternative listed in this SOW will be provided to the Contractor as part of the Request for Proposal (RFP) package. 5.0 DETAILED WORK TASKS. 5.1 Task 1-Project Management and Coordination with the Government and the Public. 5.1.1 The Contractor shall assign a Project Manager (PM) from his staff to oversee all matters, both contractual and technical, concerning this project. This PM shall coordinate the progress of the Contractor's activities with POH and specifically the following: POH-PM: Mr. Harold Nakaoka. 808-438-0021, E-mail: harold.t.nakaoka@usace.army.mil, Environmental Technical Lead (ETL): Mr. Kevin Nishimura. 808-438-3832, E-mail: kevin.h.nishimura@usace.army.mil I n addition, the Contractor shall coordinate with individuals from other Government offices specified by the POH-PM/ETL to obtain pertinent project information; to arrange field surveys; to provide project schedule and public and agency coordination; and to detail the work accomplished according to the schedule provided in Section 6 of this SOW. For contractual related matters, the Contractor shall contact the following: Contracting Officer: Ms. Linda Oshiro, 808-438-8572, E-mail: linda.n.oshiro@usace.army.mil, 5.1.2 The Contractor shall coordinate with the proponents, users, and the POH in developing the purpose and need, the proposed action, the "no action" alternative, and other design alternatives associated with the proposed project. For coordination purposes, additional names and phone numbers will be provided to the Contractor after contract award. 5.1.3 Administrative Record. The Contractor shall compile and maintain an Administrative Record of all documents contributing to the preparation of this EA. The record shall be thorough, complete and all inclusive, and organized in a clear and logical manner. Five sets of the Administrative Records shall be submitted to the POH-PM and ETL on CDs. The CDs shall also include the catalogued list of all documents available in the Administrative Record. The Contractor shall submit an updated Administrative Record on a monthly basis. All references used for the EA shall be scanned for the record. If only brief excerpts of a reference are used, only the cover and chapter need to be scanned. However, a hard copy of the entire reference must be kept in the Administrative Record file. The record shall be prepared in a pdf file in e-format. The Contractor shall propose the format organization of the Administrative Record to be reviewed and accepted by the Government before the start of the data search and field investigation. 5.2 Task 2-Conduct Data Search and Field Investigation. 5.2.1 General. The Contractor shall conduct data searchs and field investigations with a multidisciplinary team to obtain environmental information about the project site and conduct interviews, if necessary. Data gathered during the field investigation shall be used to analyze impacts of the proposed project in the EA. 5.2.2 Use of Existing Information. Existing information shall be fully utilized in order to avoid duplication of previous research that may be pertinent to the proposed project. On of soon after the date of the award of the contract, POH will furnish the Contractor with all known pertinent data and documents it has possession of; however, such data can be extremely limited. The Contractor shall be solely responsible for accessing and utilizing all sources that are relevant to the proposed project. To the maximum extent possible, the Contractor shall make use of the Reports in Section 3.5 of this SOW prepared for or by the POH. 5.2.3 Section 106 consultation and the archaeological and historic preservation studies will be provided by POH for input into the EA. Based on site investigation, the Contractor shall fully explore the proposed alternatives to determine proposed environmental impacts. The Contractor shall contact the following for pertinent information regarding Section 106 consultation efforts and pertinent archaeological, historic, or cultural studies: Section 106 Coordinator: Mr. Kanalei Shun, 808-438-7000, Email: kanalei.shun@usace.army.mil, As appropriate, the Contractor shall coordinate with the consultant working on the archaeological and historic preservation studies after contract award. 5.2.4 Endangered Species Act (ESA) and Fish and Wildlife Coordination Act (FWCA) with U.S. Fish and Wildlife Service in regard to the proposed critical habitat and/or any identified threatened and endangered species, if warranted, will be done by POH. The Contractor shall assist with any consultation required to satisfy the NEPA process, as appropriate and requested by POH. The Contractor shall contact the ETL for pertinent project information relating to Section 7 and FWCA consultations. 5.2.5 Additional studies/applications. The Contractor shall be responsible for providing and identifying, if necessary, additional studies to support the EA. The survey shall include the surrounding environment, climate, topography and soil, geology, surface and subsurface hydrogeology, air quality, water quality, noise, ecology, cultural, visual and aesthetics, socio- economics, land use, traffic and circulation, dredging and dredged and material disposal, solid waste disposal, flood hazard, toxic and hazardous wastes, existing facilities and utilities, coastal zone, at or related to the proposed project. Some studies that may be applicable are described but not limited to those below: a. Biological Survey. The Contractor shall gather existing data required to identify various flora and fauna known to inhabit the area. The study shall not be limited to visual confirmation, historical data, and historical recorded sightings of the species should also be given. Endangered, threatened, and/or rare species listed on the Federal or State of Hawaii lists of endangered or threatened species shall be identified and discussed in the EA. Surveys should not be limited to only flora and fauna, but should also include aquatic species, if there are any in the vicinity of the project site. b. Socio-Economic Impact Assessment. The Contractor shall develop a method, in agreement with the ETL and Section 106 Coordinator, which provides a socioeconomic baseline profile of the surrounding area. The social profile shall be kept brief and describe the existing social interaction of the various public sectors. c. Hazardous Toxic and Radiological Wastes (HTRW) Assessment. The Contractor shall include a synopsis of the HTRW Assessment and provide a discussion on its applicability to the project. d. Traffic. The Contractor shall conduct studies to assess and evaluate traffic impacts as it relates to the proposed action and its alternatives. Existing studies shall also be evaluated as to their timeliness and relevance. 5.3 Task 3-Prepare a Preliminary Draft EA (PDEA). 5.3.1 Background. Provide an introduction including purpose of the EA, pur[pose and need for the proposed project, and description of the proposed project; 5.3.2 Description of Project. a. Description of the proposed action. b. No action alternative. c. Description of the design alternatives. 5.3.3 Format. The PDEA shall be prepared according to NEPA and contained all components listed under ER 200-2-2 and ER 1105-2-100 and submitted to the Government for review and comments. The PDEA shall consist of, but not be limited to, the following items: a. Cover sheet. The cover sheet shall include a list of responsible agencies including the lead agency and any cooperating agencies; the name, address, and telephone of the point of contact for the EA; a designation of the statement as a PDEA or DEA; a one paragraph abstract of the statement; and the date by which review comments must be received. b. Executive Summary. The EA shall contain an executive summary which consolidate and summarize the findings of the assessment. The summary shall stress the major conclusions, areas of controversy (including issues raised by an agency and/ the public), and the issues to be resolved (including the selection among alternatives). The summary shall not exceed 10 pages. c. Table of Contents. The EA shall include a table of contents, list of figures, list of tables, and a list of appendices. d. Purpose of and Need for Action. The statement shall briefly specify the underlying purpose and need. e. Alternatives. This section is the heart of the EA. The Contractor shall rigorously explore and objectively evaluate the alternatives, including the no-action alternative. f. Affected Environment. The EA shall describe the environment of the area(s) to be affected or created by the alternatives under consideration. The description shall be no longer than necessary to understand the effects of the alternatives. Data and analyses in the EA shall be commensurate with the importance of the impact, with less important material summarized, consolidated, or simply referenced. The DEA shall include impact analyses of the resources listed in Section 3. Separate studies would be conducted for archaeology and shall be provided to the Contractor by the Government for incorporation into the EA. g. Environmental Consequences. The discussion will include the environmental impacts of alternatives including the proposed action, any adverse environmental effects which cannot be avoided should the proposed be implemented, the relationship between short-term uses of man's environment and the maintenance and enhancement of long-term productivity, and any irreversible or irretrievable commitments of resources which would be involved in the proposal should it be implemented. The discussions shall include direct effects and their significance; indirect effects and their significance; possible conflicts between the proposed action and objectives of Federal, State and local land use plans, and policies; environmental effects of alternatives including the proposed action; energy requirements and conservation potential of various alternatives and mitigation measures; natural or depletable resources requirements and conservation potential of various alternatives and mitigation measures; urban quality, historic and cultural resources, and the design of the built environment, including the reuse and conservation potential of various alternatives and mitigation measures; and means to mitigate adverse environmental impacts. Potentially significant environmental concerns include but are not limited to possible adverse impact on archaeological resources; effects on public utilities; and economic stimulation from construction; public health impacts on groundwater quality and surface irrigation; impacts that may not be able to be mitigated; and perceived public issues/concerns. h. The EA will contain the provisions of environmental justice as a resource under the analyses for Affected Environment & Environmental Concerns Sections. i. Cumulative Inpacts. Analysis of cumulative impacts shall be under a separate section of the EA. The EA will assess any cumulative impacts that may occur under the proposed action, alternative, and other known, present and future, projects to be completed within the region of influence. Significant cumulative impacts anticipated as a result of these projects shall be given appropriate discussion in the EA. j. List of Preparers. The EA shall list the names, together with their qualifications (expertise, experience, professional disciplines), of persons who were primarily responsible for preparing the environmental impact statement or significant background papers. k. References. A list of references shall be incorporated in the EA which shall list the author/preparer, title of the reference, publisher, published location, and date. In preparing the EA, the following references shall be used to prepare the EA: The National Environmental Policy Act (NEPA) of 1969, 42 U.S. Codes (USC), Section 4321 et seq; Council on Environmental Quality (CEQ) regulations implementing NEPA, 40 Code of Federal Regulations (CFR) Parts 1500-1508; U.S. Army Corp of Engineers, Engineer Regulations (ER) 200-2-2, Environmental Quality - Procedures for Implementing NEPA, dated March 4, 1988; U.S. Army Corp of Engineers, ER 1105-2-100 Planning - Planning Guidance Notebook. The major applicable portion is Appendix C of this document; Environmental Impact Statements, Hawaii Revised Statues (HRS), Chapter 343; The Environmental Guidebook - A Guidebook for the Hawai‘i State Environmental Review Process, Prepared by the Office of Environmental Quality Control, State of Hawai‘i, June 2004. 5.3.4 Permits. While preparing the PDEA and DEA, the Contractor shall identify to POH all the permits that are required for the various activities proposed under this EA. These include those needed to meet the requirements of the Clean Air Act; the Clean Water Act; the Pollution Prevention Act; the Noise Control Act; and the Sikes Act, as necessary, in addition to relevant state and local laws and regulations. The Contractor shall coordinate with the regulatory agencies and determine which permits should be applied for during the EA phase, and those, which can be deferred to the Plans and Specifications (Design) phase when more details are available. Some of these permits may include, but are not limited to, the following: a. Clean Water Act (CWA). The Contractor shall coordinate with the POH Regulatory Office, the U.S. Environmental Protection Agency (USEPA) and State of Hawai‘I, Department of Health (DOH) to determine applicable requirements of the CWA. The Contractor shall identify which design alternatives would require a Section 404 Department of the Army (DA) permit. Contractor shall also prepare a Section 404(b)(1) Analysis of the alternatives that may be regulated under Section 404. b. Coastal Zone Management Act (CZMA ). The Contractor shall coordinate with the State of Hawai‘i and determine how the CZMA consistency requirement for the project can be met. The Contractor shall apply for and acquire the CZMA consistency concurrence in accordance with the guidance provided by the State on behalf of the Government. c. Other Permits. The Contractor shall coordinate with the appropriate agencies to determine the need for Clean Air Act permits, a Conservation District Use Permit, a Stream Channel Alteration Permit, and other applicable federal and state permits. 5.4 Task 4-Prepare Draft EA (DEA). 5.4.1 Continue Project Management and Coordination with the Government and the Public. 5.4.2 Upon receipt of comments, the Contractor shall revise the PDEA to reflect the comments and incorporate them into the DEA. The Contractor shall make copies of the DEA available at several public libraries,also post it on the web site for public review and comment. 5.5 Task 5-Public Information Meeting. 5.5.1 Arrange and pay for rental fees in conjunction with all public meetings associated with this EA. The Contractor shall prepare and publish Public Notices (draft to POH for approval) for each meeting as required by law; prepare the agenda and script for each meeting; compile and update a mailing list for the public notices; prepare a transcript of each meeting; compile, organize into categories, and tabulate all input received at each meeting. 5.5.2 Plan, organize, manage and conduct all public meetings associated with this EA. The Contractor shall structure public meetings for the benefit of the public, i.e. schedule meetings at times, locations, and durations convenient to the public. This may include nights and weekends. For planning purposes, The contractor shall include in his fee proposal the cost to conduct one (1) meeting to present the DEA (or FEA) and request comments from the Kahuku Community. 5.5.3 The Contractor shall make all presentations to explain the proposed action and the EA to meeting attendees. The Contractor's personnel shall act as resource persons at each meeting and shall gauge the magnitude and content of public response. 5.5.4 Public Comments. The Contractor shall arrange for appropriate services to record public meetings on audio or video in order to assist in transcript preparation for each meeting as well as the tabulation of public input. Meeting transcripts shall be submitted to POH within fifteen (15) calendar days after each meeting. The Contractor shall also give attendees the opportunity to provide written comments at each meeting. A one- to two-page summary report of each meeting, including a synopsis of the public sentiment expressed, and a tabulated listing of all of the input received shall be provided to POH by e-mail within 7 days of the meeting. All input received during the EA process shall be utilized by the Contractor during the preparation of the EA. 5.6 Task 6-Prepare Preliminary Final EA (PFEA) and Final EA (FEA). A PFEA and FEA shall be prepared according with the schedule provided in Section 6 of this SOW. The PFEA shall consider and incorporate the comments during the review of the DEA. Upon receipt of the PFEA, the document shall be reviewed and be returned for revision for the FEA. 5.7 Task 7-Prepare a Draft and Final FNSI, as appropriate. If deemed approriate, the Contractor shall prepare a Draft and Final FNSI in the format as prescribed by the Government. 6.0 Period of Contract and Schedule. The following schedule shall be used to complete the contract: PROJECT MILESTONES MAXIMUM DAYS AFTER CA TENTATIVE DATES ESTIMATED % OF WORK COMPLETED Contract Award 0 days 20-Nov-08 0 % NTP and Start Work 15 days 05-Dec-08 1 % End of data search 45 days 04-Jan-09 15 % End of field studies 60 days 19-Jan-09 25 % Complete Subs' data review, evaluation, and write up 105 days 05-Mar-09 35 % Submit PDEA 135 days 04-Apr-09 50 % Government return of review comments 225 days 03-Jul-09 Submit DEA 255 days 02-Aug-09 60 % Public Meeting 270 days 17-Aug-09 65 % Submit PFEA 300 days 16-Sep-09 75 % Government return of review comments 330 days 16-Oct-09 Submit FEA and draft FNSI 350 days 05-Nov-09 80 % Complete signature approval 370 days 25-Nov-09 95 % Submission of final FNSI 380 days 05-Dec-09 100 % CA: Contract Award 7.0 Equipment. All equipment and supplies shall be provided by the Contractor, unless otherwise directed by the Contract Officer or his/her representative. All nonperishable items purchased for this contract shall become property of the Government. 8.0 Major Deliverables and Format. 8.1 General. All NEPA submittals under this task order shall be in accordance with the authorities and references cited in Section 2.0 and Section 5.3.3, respectively. Moreover, to facilitate the review and comment process, the Contractor shall sequentially number the lines on each page. The sequence shall start at the beginning of each page. 8.2 PDEA. Twenty (20) copies of the PDEA shall be submitted to the ETL to allow for review of format, content, and compliance with applicable contract provisions. The annotated preliminary draft report shall be returned to the Contractor for revision. 8.3 DEA. Thirty (30) copies of the DEA shall be submitted to the ETL to allow for review of content, and compliance with applicable contract provisions, NEPA, and the ER 1105-2-100 Planning - Planning Guidance Notebook. The major applicable portion is Appendix C of this document. The DEA will be circulated among the public for review and comment and shall be returned to the Contractor for revision. Photographs included in the DEA need to be good acceptable quality photocopies. The DEA shall be posted on the internet and one copy shall be made available to the public in each of the four libraries listed in section 5.4.6 of this Scope of Work. 8.4 Response letters to the DEA comments. When approved, the DEA will be circulated to the public for comments. The Contractor will draft written responses to comments received on the DEA and submit the responses to the Contracting Officer and ETL for review. Upon receiving comments, the Contractor will finalize the response letters and submit them to the Contracting Officer and ETL for approval and distribution. The Contractor shall include copies of the comments and responses in the FEA. The Contractor shall include in his fee proposal the effort to prepare up to 100 response letters to comments received following the publication of the DEA. The letters shall be submitted to the POH-PM and ETL in electronic format on diskettes or via e-mail for proofreading and editing if necessary. POH will print the letters on Army stationary. 8.5 PFEA. Twenty copies of the PFEA shall be submitted to the ETL to allow for review of the content, and compliance with applicable contractor provisions, and NEPA. 8.6 FEA. Fifty (50) copies plus an original of the FEA shall be submitted to the ETL. The FEA shall be on 8 1/2" X 11" page size sheets to the maximum extent possible. Where it is more appropriate to present graphics, maps, and tables on 11" X 17" page size sheets, the sheets shall be folded to 8 1/2" X 11" and be suitable for sprial plastic bindings along the left hand margin. Stapling of the report shall not be acceptable. Text and line drawings shall be clean, clear, and easily reproducible. All maps shall contain a scale in feet, north-south direction, and a date. The original copy, including the photographs shall be suitable for reproduction and shall not be bound. Laser or color reproduction of photographs are permissible. All negatives or slides used in the report shall become property of the Government. One complete unbound hard copy of the DEA and FEA shall be provided for additional reproductions. 8.7 Draft FNSI. Twenty copies of the Draft FNSI shall be submitted to the ETL to allow for review of the content, and compliance with applicable contractor provisions, and NEPA. 8.8 Final FNSI. Fifty (50) copies plus an original of the FNSI shall be submitted to the ETL. The FNSI shall be on 8 1/2" X 11" page size sheets and be suitable for sprial plastic bindings along the left hand margin. Stapling of the report shall not be acceptable. Text and line drawings shall be clean, clear, and easily reproducible. The original copy shall be suitable for reproduction and shall not be bound. One complete unbound hard copy of the Final FNSI shall be provided for additional reproductions. 8.9 Quality Control. The Government expects that the Contractor shall properly, appropriately, and adequately include and thoroughly investigate all areas and sources of information pertinent to an objective analysis and investigation as specified in the SOW. The report and execution of the project shall be accomplished in an objective and dispassionate manner clearly delineating fact and opinion. All technical terms used in data, methods, and conclusions shall be based on professional judgments of recognized experts in the field. 8.10 Word Processing. All reports shall be prepared and submitted in MicroSoft Word although no purchase of the word processors program or any hardware shall be funded by this contract. Each paragraph shall be numbered. The Contractor shall provide diskettes containing the DEA, FEA, and FNSI, as well as all studies performed for this contract and summary reports of all the meetings conducted and the significant occurrence of events. For the graphics, the Contractor shall check with the ETL, depending on the type of graphics. 9.0 Meetings and Coordination. Conferences shall be held between the Contractor and the Contracting Officer or his/her representatives to resolve contractual difficulties, to brief the Contracting Officer or his/her representative of significant environmental problems and to notify the Contracting Officer immediately, if necessary. 10.0 Special Conditions. 10.1 Professional Qualifications. The Contractor must have expertise to perform the specified work tasks, analyze and report the results of the work tasks and be recognized in the community as an authority in environmental impact studies. The Contractor must be able to provide a Principal Investigator with the qualifications indicated below who shall conduct the study described in the SOW and who shall be responsible for the validity of the materials presented in his/her report. The Principal Investigator shall have at a minimum a masters degree in planning, biological or physical sciences, or engineering or shall have at least five years of experience in the preparation of environmental assessments and/or environmental impact statements. 10.2 Trained Personnel. The Contractor shall assure the Government that enough trained personnel to conduct field investigations, analyze data and prepare the reports are provided. A list of such personnel and brief descriptions of their expertise shall be provided to the Government within ten days after the notice to proceed. Any changes of personnel shall be submitted to the Government in writing and approved. 10.3 Safety. The Contractor shall assure the Government that all appropriate safety standards and regulations are complied with during the performance of the SOW. The Contractor shall be responsible for sufficiently ensuring that no safety hazards are caused by his/her actions. 11.0 Payments. The Contracting Officer requires that Contractor billings be submitted by the 15th of each month and accompanied by a summary of work performed during the billing period. 12.0 Contractor Release. The Contractor is required to submit his/her written and signed "Release of Claims" form to the Contracting Officer with his/her final bill for service rendered under the terms of this contract. 13.0 Release of Information. The information developed, gathered, and assembled in fulfillment of the contract requirements as defined in or related to the SOW shall not be released by the Contractor, his/her consultants, his/her subcontractors or their associates without prior coordination and approval by the Contracting Officer or his/her designee. 14.0 Use of Information. The information developed, gathered, and assembled in fulfillment of the contract requirements as defined or related to the SOW will become the complete property of the Government and shall, therefore, not be used by the Contractor for any purpose at any time without the written consent of the Contracting Officer. 15.0 Contract Execution and Reports. The Contractor is expected to develop an objective final product for fulfillment of the terms of the contract. The Government expects that the Contractor shall properly, appropriately, and adequately include and thoroughly investigate all areas and sources of information pertinent to the objective analyses of the areas specified in the SOW.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e2dfe689a41225ac2cccbca77d943ccc&tab=core&_cview=1)
 
Record
SN01713468-W 20081206/081204220426-e2dfe689a41225ac2cccbca77d943ccc (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.