Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2009 FBO #2756
MODIFICATION

F -- Interdisciplinary Team Proposal and Development of Statement of Work for Wrangell Island Environmental Impact Statement

Notice Date
6/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Forest Service - R-10 Tongass National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0116-SS-09-0062
 
Archive Date
12/31/2009
 
Point of Contact
John Inman, Phone: 907-228-6231, A Kay Steffey, Phone: 907-747-4273
 
E-Mail Address
jinman@fs.fed.us, ksteffey@fs.fed.us
(jinman@fs.fed.us, ksteffey@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
************************************************************************************************************** On April 27, 2009, the Forest Service conducted a conference with interested parties regarding an Environmental Impact Statement for the Wrangell Island Ten-Year Timber Sale. That conference was advertised on FedBizOpps, and the minutes were posted soon afterwards. Note that this matter is only for an EIS, not for the timber sale itself, as no decision has been made to implement the timber sale. The EIS is needed as part of the decision-making process regarding the timber sale. At this time, the Forest Service contemplates obtaining the needed services from one of the General Services Administration’s Multiple Award Schedule contracts (FAR Subpart 8.4). We contemplate adapting the multi-step advisory process described in FAR 15.202 to work with a FAR Subpart 8.4 acquisition. In Step 1, we contemplate releasing a Statement of Objectives which describes our desired outcomes to three or more schedule contractors (perhaps using the GSA Advantage! on-line service and GSA Schedule 899) and asking interested schedule contractors to submit information that will allow the Forest Service to advise each responding schedule contractor of its potential to be a viable competitor. Each responding schedule contractor will provide an overview of its (i) technical approach; (ii) experience, competence, and capability; (iii) past performance; and (iv) other appropriate factors including proposed project phasing and ball-park pricing. After our evaluation of the responses, the Forest Service will advise each responding schedule contractor that it will be invited to participate in Step 2 or that, based on the information submitted, it is unlikely to be a viable competitor. In Step 2, we contemplate releasing a solicitation (again, perhaps using the GSA Advantage! on-line service) asking for firm-fixed-price proposals from schedule contractors with more detailed technical, qualifications, and past performance information than was provided in Step 1. We contemplate releasing the dollar amount we have budgeted for this effort. The purpose of this release of information is not to fix the price which contractors must meet; rather, we hope to help responding schedule contractors appropriately scope their efforts to fit within the funds that are available. For example, if the released budget estimate amount is $3 Million, all schedule contractors will be on notice that the Forest Service isn’t really interested in $9 Million proposals. We hope we can obtain our desired outcomes within the amount we have made available, and will seek a best-value solution for an amount not exceeding the released amount. We intend to allow schedule contractors maximum flexibility is scoping, crafting, and otherwise shaping their proposals. It is possible that contractors will propose differing technical or programmatic phases, differing contract line item number (CLIN) structures, and so forth. However, we will want for each responding schedule contractor to fully understand and provide our desired outcomes in a firm-fixed-price arrangement. We are most sincerely interested in thoughts from potential offerors on this approach, and we invite any interested party to share its thoughts in a brief white paper. We are not interested in marketing information at this time; we are interested at this time primarily and indeed almost solely on thoughts regarding the approach described above. An interested party may provide any insights as it may choose, but we hope white papers will include comments on (1) use of the General Services Administration’s Multiple Award Schedule contracts; (2) use of a two-step advisory process; (3) giving contractors flexibility on planning and phasing the work; and (4) release of the budgeted amount as a help to offerors in scoping proposals which meet the Forest Service’s need and provide a best-value solution. Please provide your white papers as text within an e-mail (no attachments, please) by close of business on THURSDAY, JUNE 18, 2009 to jinman@fs.fed.us with cc: to pheuer@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-SS-09-0062/listing.html)
 
Place of Performance
Address: 3434 Tongass Avenue, Ketchikan, Alaska, 99901, United States
Zip Code: 99901
 
Record
SN01842212-W 20090613/090611235308-4041128179eab8efa805fd60faa04734 (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.