Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOLICITATION NOTICE

R -- Project Management and Coordination for the Ecosystem Technical Work Group of the International Upper Great Lakes Study

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-10-T-0055
 
Response Due
9/10/2010
 
Archive Date
11/9/2010
 
Point of Contact
Damon C. Moore, 703-428-6117
 
E-Mail Address
USACE HEC, Ft. Belvoir
(damon.c.moore@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. This is a combined synopsis/solicitation for commercial services 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. Reference number is s W912HQ-10-T-0055 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-43. This solicitation is 100 percent set-aside for small businesses; the associated NAICS code is 541620 and small business size standard is $7M. Scope of Work Project Management and Coordination for the Ecosystem Technical Work Group of the International Upper Great Lakes Study I. Background: The International Upper Great Lakes Study Board (Study Board) is about to enter the fourth year of a five-year study for the International Joint Commission (IJC). The objectives of the study are to: "examine the physical processes and possible ongoing St. Clair River changes and their impacts on levels of Lake Michigan and Huron; "recommend and evaluate potential remedial options depending on the nature and extent of St. Clair River changes and impacts; "review the operation of structures controlling Lake Superior outflow and the potential effects on water levels and flows and the potential impacts on users; "assess whether changes to the IJCs Lake Superior Orders of Approval or regulation plan are warranted to meet contemporary and emerging needs, interests and preferences for managing the system in a sustainable manner; and "evaluate any options to improve the operating rules and criteria governing the upper Great Lakes system. The Study Board will make decisions that will affect the Upper Great Lakes for decades. Those decisions will be based on the Study Boards estimate of the impacts of various lake level regulation alternatives, and those estimates in turn will be based on assumptions about the impact areas each Technical Working Group represents; the environment, commercial navigation, hydropower, shoreline development, recreational boating, and domestic, municipal and industrial water use. II. Outline: The Ecosystem Technical Work Group (ETWG) is tasked with informing the Study Boards discussions and estimates on the impacts from various lake level regulation alternatives, specifically with respect to potential ecological impacts. In order to assess these potential impacts in an informed way, the ETWG must gather information and appropriate data from multiple sources to support an evaluation of environmental responses to alternative water-level regulation scenarios. However, time constraints will limit data collection efforts to one and a half field seasons and as a result; the ETWG will be pursuing a series of parallel data collection efforts at multiple sites over a relatively short period of time. III. Objectives: To ensure appropriate information and data are collected and evaluated efficiently, the ETWG requires a project manager to coordinate the activities and manage the flow of information and data between the ETWGs modeling group, GIS group, and site coordinators. The project manager will act as a liaison between the ETWG modeling contractor(s), site coordinators, and with other Technical Working Groups (TWGs) and the IUGLS Study Board. These services are to be performed on a part-time basis starting July 2010 through June 2011, but at varying levels of activity (i.e., some weeks will be full-time). Given the complexity of issues at hand, it is the responsibility of the project manager to ensure appropriate linkages are made and that project synergies are maximized. The ETWG requires a Project Manager that is an expert on Great Lakes issues; has proven experience with data gathering approaches, including field studies; has a strong knowledge of the Upper Great Lakes Study; and understands the roles and responsibilities of the ETWG and the objectives of its data collection efforts. The Project Manager shall have demonstrated communication abilities, familiarity with software and modeling applications, and an understanding of Geospatial data collection, processing, and analyses. IV. Tasks: The contractor (project manager) will provide multiple services from July 2010 through June 2011: "Update project timeline with key milestones and target dates; "Coordinate and support additional field data collection to validate ecological water level response curves and the IERM2 model; "Coordinate the development of metrics for performance indicators (PIs) at individual study areas/sample sites, including development of PI fact sheets; "Coordinate the development of interest satisfaction curves and IERM2 plan evaluation modeling runs "Provide reports, presentations, and updates to the IJC Study Board and PIAG as requested; "Update documentation on ETWG study approach strategy for Peer Review; "Update and Finalize ETWG Contextual Narrative; "Serve as intermediary between the ETWGs modeling group, GIS group, and site coordinators; "Serve as the ETWG liason to the hydroclimate and adaptive management working groups, and represent the ETWG at Lake Superior Task Team meetings; and "Engage and coordinate with other relevant TWGs (e.g., Coastal Zone TWG) and work groups in their data gathering and modeling efforts. V. Period of Performance: TASKS TASK 1: Update project timeline with key milestones and target dates TASK 2: Coordinate and support additional field data collection for model validation TASK 3: Coordinate development of metrics for performance indicators, including development of PI fact sheets TASK 4: Coordinate the development of interest satisfaction curves and IERM2 model runs TASK 5: Provide reports, presentations, and updates to the IJC Study Board and PIAG as requested TASK 6: Update documentation on ETWG Study Approach for Peer Review TASK 7: Update and finalize ETWG Contextual Narrative TASK 8: Serve as intermediary between the ETWGs modeling group, GIS group, and site coordinators TASK 9: Serve as the ETWG liason to the hydroclimate and adaptive management working groups, Lake Superior Task Team meetings TASK 10: Engage and coordinate with other relevant TWGs and work groups in their data gathering and modeling efforts VI. Deliverables: "Project timeline on all initiatives, with key milestones and target dates. "Updated documentation (report, presentation) on the ETWG Study Approach. "Updated ETWG contextual narrative. "Data sets required for an integrative and quantitative assessment tool (IERM2model). This deliverable will entail professional services for: implementing study parameters; working with modelers to determine data needs; and coordinating with ETWGs GIS group, site coordinators, and other relevant TWGs to obtain and analyze ecological data. VII. Performance Period and Estimated Costs: Performance Period 1 year from date of award CLIN 0001, 1 Lump Sum $_________ Description: Contractor shall provide all labor, materials, and supervision necessary to provide services in accordance with the statement of work. Please provide a breakout of your proposed labor by category. CLIN 0002 COST $____________ Description: In accordance with FAR 31.205-46, travel costs, if applicable, shall be reimbursed at rates not to exceed the maximum locality per diem (the combination of lodging, meals, and incidentals) in effect at the time of travel, as set forth in the Federal Travel Regulations, Joint Travel Regulation and Standard Regulations, Section 925, as applicable. All air travel must be booked on American-flagged carriers, unless otherwise directed by the Contracting Officer. The appropriate Government Official, Quality Assurance Personnel or Contracting Officer shall approve travel. All invoices for travel shall be accompanied by supporting receipts. CLIN 0003 1 Lump Sum $_________ Description: Manpower Reporting Evaluation Criteria In order to determine which proposal represents the best overall value, offers will be evaluated in accordance with the following criteria. (1) Technical Proposed Personnel, Understanding of the Requirement, and Past Performance; and (2) Price/Cost. Technical Criteria: a. Demonstrated, through past performance, 10 years or more expertise in Great Lakes biology and aquatic ecology, specializing in fluvial sedimentology and hydrology; b. Demonstrated, through past performance, 10 years or more, substantial expertise in Great Lakes ecosystems activities, including data gathering and field studies and applying geospatial data and analysis to aquatic ecosystems in the Great Lakes Basin; c. Strong facilitation and communication skills and considerable experience developing innovative solutions to complex environmental problems within the Great Lakes Basin. Provide an example of a complex environmental problem and describe the solution; d. Substantial knowledge, past experience, of the International Upper Great Lakes Study potential ecosystem study areas and performance indicators including an understanding of the roles and responsibilities of the RYEH, and an appreciation for the purpose and objectives of its data collection efforts; e. Demonstrate knowledge of past International Joint Commission Great Lakes Studies regarding wetland inventories and ecosystem indicators. Price/Cost: Technical/past performance when combined is significantly more important than cost/price. The following provisions apply: FAR 52.212-1 (and any addenda to the provision) FAR 52.212-2 (price and options) FAR 52.212-3 (include a completed copy of Offeror Representations and Certifications-Commercial Items with the offer) FAR 52.212-4 (and any addenda to the clause) FAR 52.212-5 (additional applicable FAR clauses numbers 19, 20, 21, 22, 24 and 39) FAR 52.252-1 DFARS 252.212-7001 (Gratuities and number 19) FAR 52.217-8 FAR 52.217-9 Contract Manpower Clause (see below) Quality Assurance Plan (QASP) CONTRACT MANPOWER REPORTING CLAUSE The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. Attachment A (Contract Manpower Reporting Worsheet.doc) can be viewed in the above Contractor Manpower Reporting Website as part of the applicable solicitation or contract and is considered part of this clause. Due Date: The due date for the delivery of a response to this solicitation is on or before 12:00 P.M., Eastern Standard Time (EST), 10 September 2010. POINT-OF-CONTACT (POC): Damon Moore, Contract Specialist, Phone: 703-428-6117, FAX: 703-428-8181, E-MAIL: Damon.c..moore@usacearmy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-10-T-0055/listing.html)
 
Place of Performance
Address: USACE HEC, Ft. Belvoir ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
Zip Code: 22315-3860
 
Record
SN02256571-W 20100828/100827000324-0a365f689f1f802494487e3529b781f6 (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.