Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOLICITATION NOTICE

B -- Conduct two (2) mussel surveys

Notice Date
2/9/2009
 
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, Memphis, US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-09-Q-0009
 
Response Due
2/12/2009
 
Archive Date
4/13/2009
 
Point of Contact
Celestine Evans, 901-544-3184<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912EQ-09-Q-0009 and is being issued as a Request for Proposal (RFP). This solicitation incorporates Wage Determination No. 2005-2033 Rev 6. This is an UNRESTRICTED procurement. The associated NAICS code is 541620 with $6.5M. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn/gov/CCR/scripts/index.html. The proposal shall consist of two (2) Contract Line Items Number (CLIN) 0001, Quantity (1), Unit of Issue, Each, Description: TASK 1Conduct Mussel Surveys in accordance with Statement of Work; and (CLIN) 0002, Quantity (1), Unit of Issue, Lump Sum, Description: TASK 2Conduct Mussel Surveys in accordance with Statement of Work. The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. The Combined Synopsis/Solicitation in its entirety is located at the following website: www.fbo.gov. All proposals shall be clearly marked with Request for Proposal referencing number W912EQ-09-Q-0009 and e-mailed for sent to the Point of Contact below no later than 12 February 2009 @ 11:00 am Central Standard Time (CST). In addition, all technical questions concerning this requirement must be should be emailed to the point of contact no later than COB 10 February 2009. Statement of Work The Contractor shall provide all personnel and equipment required to perform work that may include, but not be limited to, the following work items in accordance with specific task orders issued by the Contracting officer: 1. The Contractor shall, within 30 days after date of award, conduct surveys (qualitative and/or quantitative) in a manner agreed upon in each task order to determine the presence/absence of endangered mussels, provide density estimates of endangered mussels, translocate populations of endangered mussels, and provide other services that may be required by the Memphis District relating to endangered mussel populations. Variables such as weather, flood events or other unforeseen circumstances may delay implementation of work without penalty to the contractor. Task 1. a. Quantitative sampling of approximately 5.2 miles of Rivervale Outlet Ditch, located north of Marked Tree, Arkansas. The average width of this ditch is 80 feet. The Memphis District has proposed to cleanout portions of this ditch. The federally endangered freshwater mussel Potamilus capax was recently collected in this ditch during a preliminary reconnaissance survey. Quantitative sampling will include a sufficient number of replicate samples to adequately estimate population densities of both T&E species and non-endangered mussels. The report shall include number and location (GPS data) of all P. capax collected during the survey and a population estimate for P. capax for the area surveyed. Task 2. The Memphis District, U.S. Army Corps of Engineers is proposing to build a 1,640 cfs pump station to divert water from the White River near DeValls Bluff in Monroe County Arkansas for agricultural irrigation purposes. An Environmental Impact Statement and Environmental Assessment have previously been completed on the overall Grand Prairie Area Demonstration Project (GPADP), and a previous study conducted in 2001 by Miller et al., found no endangered freshwater mussels within the survey reach. However, due to the length of time since that survey, and additional concerns regarding alterations to current velocities, changes in water elevations, and other potential hydrologic impacts, an additional study is needed. Study Area: The study area for this survey will encompass two mussel beds in the vicinity of DeValls Bluff, Arkansas. Figure 1 shows the location of the survey reach. The two mussel beds in the White River are approximately 625 M2 (upstream bed) and 1500 M2 (downstream bed). Objective: The objective of this study will be to conduct quantitative and qualitative surveys on two mussel beds in the vicinity of the proposed GPADP pump station. Information gathered in this effort will be used during the project monitoring process to determine whether project operations are impacting the mussel community in the survey area. A previous study (Harris 1989) found the endangered Lampsilis abrupta present in the downstream mussel bed. The initial monitoring effort (2005) found evidence of Potamilus capax (shells) but encountered no live specimens. Methodology and Sites: An inter-agency team made up of Bill Posey (AGFC), Joe Krystofik and Chris Davidson (USFWS), Corps personnel, and a private industry malacologist met at DeValls Bluff, Arkansas and determined the sampling methods and areal extent of the survey. Both quantitative and qualitative sampling will be conducted on the known mussel beds (Figure1). Quantitative surveys will be conducted using a 0.25 meter quadrant. At least 1% of the total area of each bed will be quantitatively sampled. Each sample will consist of all material within the quadrant to a depth of 15 centimeters. This material will be transported to the surface, processed through a sieve, and all unionids will be collected. Mussels will be identified, enumerated, and returned to the approximate point of collection. The lengths of the beds will be measured and the upstream and downstream limits of the beds will be delineated in decimal degrees using a GPS unit. Spot dives will be conducted on the beds in order to estimate species richness. At least fifteen, 15-minute dives will be conducted on each mussel bed. Figure 1. Location of the mussel beds near DeValls Bluff, Arkansas. (IMAGE CAN BE VIEWED AT MEMPHIS DISTRICT HOMEPAGE--WWW.MVM.USACE.ARMY.MIL) General Contractor Requirements. 1.Coordination: To the maximum extent possible, coordination will be done by telephone. When in the field, the Contractor will submit a daily status report and dive schedule for the next day. A safety meeting will be conducted prior to the start of work. Site visits will be arranged for inter-agency team members and the Corps Dive Coordinator(if required) while surveys are being conducted. The Contractor may be required to attend meetings with Corps and other resource agencies in Memphis, TN to discuss scope of work, sampling locations, survey status, etc. 2. Schedule and Deliverables: All work shall be completed not later than date agreed upon by Government and contractor upon award. Note: If required, a dive safety plan must be approved prior to start of fieldwork. Site specific plan shall be submitted with Contractors proposal. a. Written assessments for environmental impact statements, environmental assessments, and biological assessments or other project documents. b. Preparation of technical reports containing results of work items accomplished under this contract. Tasks to be performed are in partial fulfillment of the Memphis Districts obligations under the Endangered Species Act of 1973; as amended, and the National Environmental Policy Act of 1969. Personnel Standards. a.Principal Investigator: A qualified individual is required to act as principal investigator and/or supervisor during the survey(s), and any resultant translocation effort(s). Appropriate academic, scientific and working knowledge specific to malacology (study of mussels) is required. At a minimum, the Principal Investigator will have (1) a doctorate or masters degree and 5 years experience in the field of malacology, (2) experience specific to the mussel fauna within the boundaries of the Memphis District, and (3) documented experience in the safe care and handling of endangered mussels. b.Field Crew Member: Any field crew utilized shall be under the direction of the Principal Investigator and have prior experience compatible with the tasks to be performed under this contract. Vitae of personnel involved in project activities may be required by the Contracting Officer at any time during the period of service of this contract. Field personnel should be familiar with the T&E species likely to be encountered within the Memphis District boundaries. If diving is required, all personnel and equipment must conform to Corps regulation EM 385-1-1 (see safety requirements below). If translocation is required, the contractor will have staffing adequate to conduct a thorough search for mussels. This number will be determined through discussions between the contractor, Corps personnel, and USFWS representatives. Designation of Principal Investigator(s) a.The Contractor shall designate in writing the name or names of the Principal Investigator(s) for each task order. In the event of controversy or court challenge, the appropriate project Principal Investigator shall be available to testify with respect to report findings. When required, arrangements for these services and payment thereof will be made by representatives of either the Corps of Engineers or the Department of Justice. Per diem will be in accordance with the J.T.R.s and will be paid at the agreed hourly rate for the Principal Investigator. Field Documentation a.The Contractor shall keep standard field and laboratory records which may be reviewed by the contracting Officer or his/her representative. These records shall include field notes, appropriate site survey forms and any other biological resource forms and/or records, field maps, photographs, and video tapes necessary to successfully implement requirements of the Scope of Work. All notes, records, photos, etc., are property of the Memphis District. Final reports (in Microsoft Word), including a summary letter of findings should be submitted in accordance with paragraph C-4. Schedule and Deliverables. Permits and Access a.To conduct field investigations, the Contractor will obtain all necessary permits, licenses; and approvals from all local, state, and federal authorities. Should it become necessary in the performance of the work and services of the Contractor to secure the right of ingress and egress to perform any of the work required herein on properties not owned or controlled by the Government, the Contractor shall secure, in writing, the consent of the owner, his representative, leasee(s), or agent, prior to effecting entry on such property. Innovative Techniques a.Innovative approaches to data location, collection, description and analysis, consistent with other provisions of this contract and the biological resources requirements of the Memphis District, are encouraged. However, they must be discussed with, and approved by, the Contracting Officer or his/her representative before implementation. Government Oversight a.The extent and character of the work to be accomplished by the contractor shall be subject to the general supervision, direction, control and approval of the Contracting Officer. The Contracting Officer may have a representative of the Government present during any or all phases of Scope of Work requirements. Safety Requirements a.The Contractor shall obtain Corps of Engineers Safety Manual (EM 385-1-1, section 30) and comply with all appropriate provisions. Particular attention is directed to safety requirements relating to diving operations. The manual may be downloaded from the internet at http://www.usace.army.mil/publications/eng-manuals/em385-1-1/toc.htm. FAR Provisions & Clauses: Offerors are reminded to include a completed copy of 52.212-3 with RFP response. Offerors that fail to furnish the required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. All clauses shall be incorporated by reference in the resultant contract. The following FAR provision and clauses are applicable to this procurement: FAR 52.212-1, Instructions to Offerors---Commercial Items FAR 52.212-2, EvaluationCommercial Items (Jan 1999) The following factors shall be used to evaluate offers: 1.Technical Capability Offers must submit a proposal that demonstrates they have a clear understanding of the Governments requirements. By your proposal submission, you are representing that your firm is willing and able to perform all requirements specified in the Statements of work. Technical capabilities will be evaluated on technical capabilities, management capabilities and personnel qualification and experience. Technical proposal should be specific, complete and concise. Provide specifically as possible the methodology you would use for accomplishing/satisfying the SOW. 2.Past Performance Offeror must submit 3 examples of recent and relevant past performance. Work performed should be within the past 3 years and relevant in comparison to the type of work required from this Statement of Work. The following information must be provided for each past performance reference: a.Customer, including current contact information b.Dollar value of contract c.Description of work performed d.Description of any difficulties encountered 3.Price Each offeror will submit a single, lump-sum, firm firm-fixed price for each proposed line item. The price submitted will be all inclusive and will cover every aspect of the Statement of Work. Technical and past performances, when combined, are significantly more important than price. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; 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. In compliance with said clause, the following FAR clauses apply: 52.222-3, Convict Labor; 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C. 3332). FAR 52.252-2 Clauses Incorporated by reference DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, the following additional DFARS clauses apply: 252.227-7015, Technical DataCommercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.246-7000, Material Inspection and Receiving Report Proposals are due by 4:00pm CST on 12 February 2009. Proposals shall be submitted by email only as a MS Word, MS Excel or Adobe PDF attachment to: celestine.g.evans@usace.army.mil. Any questions shall be addressed to celestine.g.evans@usace.army.mil or mark.r.smith@usace.army.mil by email only NLT 10 February 2009. No phone calls accepted. All responsible sources may submit a quotation, which shall be considered by the agency. Proposals may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of proposal by the time and date stated herein.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=746e3de647ffcf87f9ff1b3ffa8c4d30&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN<br />
Zip Code: 38103-1894<br />
 
Record
SN01747192-W 20090211/090209220736-746e3de647ffcf87f9ff1b3ffa8c4d30 (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.