Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
SOLICITATION NOTICE

F -- D3 Mexican Spotted Owl Territory Monitoring

Notice Date
5/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
924120 — Administration of Conservation Programs
 
Contracting Office
Department of Agriculture, Forest Service, R3 Southwestern Regional Office, 333 Broadway, SE, Albuquerque, New Mexico, 87102, United States
 
ZIP Code
87102
 
Solicitation Number
AG-83D5-S-11-0003
 
Archive Date
6/15/2011
 
Point of Contact
Brian E Cooper, Phone: 505-346-3811
 
E-Mail Address
becooper@fs.fed.us
(becooper@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE ADD NAME TO INTERESTED VENDOR'S LIST FOR FULL COPY OF THE SOLICITATION OR CALL BRIAN COOPER 505-346-3811 The contractor shall furnish all labor, supervision, supplies, transportation, equipment and materials (except for Government furnished property) needed to conduct formal monitoring of sixteen known Mexican spotted owl (MSO) Protected Activity Centers (PACs) in the San Mateo and Magdalena Mountains of central New Mexico. All monitoring will be done according to established protocol to determine presence/absence and reproductive success. The contractor shall submit completed forms, maps, digital images and a final report of all findings. General A four-wheel drive vehicle is recommended, but not necessary. Conditions of track roads can be poor when wet. Some of the access roads can be rough. The 2011 weather is forecast for warm temperatures and continued dry conditions. The entire Cibola National Forest was under Fire Restrictions in the past and restrictions are expected this year. Campfires, charcoal grills and stove fires were prohibited on national forest lands except in developed camp and picnic grounds where grills were provided. Smoking was allowed within an enclosed vehicle or building; a developed recreation site; or while stopped in an area at least three feet in diameter and free of all flammable material. If dry conditions continue, the District may be under a total closure again during the 2011 MSO monitoring season. In that case, the contractor may be given specific written permission to continue survey work during the closure. Mexican spotted owl Monitoring MSO monitoring may be performed beginning as soon as the contract is awarded and will be completed by August 31, 2011. Upon completion of the field survey, the Contractor shall have 21 calendar days to deliver the Final Report to the COR. Informal monitoring and/or pre-calling daytime visits may be done to known nest sites within MSO PACs during dates established in the MSO protocol included in this package (Pre-calling Daytime Visits). If MSO are located during informal and/or pre-calling visits, only reproductive success visits would need to be done thereafter. If MSO are not located during daytime visits, formal MSO monitoring shall be performed according to the MSO protocol attached to this contract package. Only the actual PAC areas need formal monitoring. Any location marking method, such as flagging or Brite Eyes, may be used to mark calling routes or routes to nest/roost locations. All markers placed during this contract must be removed at the conclusion of the contract. GPS locations will be taken for each route and placed on the standard topographic maps described above. If a MSO flies or appears to be located on private land, no attempts will be made to cross ownership boundaries. Contractor will show direction of flight on a map included in the final report, or estimate the location of the area a MSO appears to be located in. It is the contractor's responsibility to assure all persons conducting the monitoring work meet training and certification requirements. Proof of training and required Region 3 certification shall be provided to the Contracting Officer prior to award, for crew leaders and preferably all crewmembers. (Crewmembers certified after award of contract must show certification prior to initiation of fieldwork). Monitoring information shall be documented on the MSO monitoring forms (attached). It is the responsibility of the Contractor to determine local conditions affecting road access to each site. Notify the COR within 2 working days if weather caused road inaccessibility (on an open road) is delaying work. C.4 REPORTING REQUIREMENTS All required forms (inventory, daytime follow-up, etc) shall be completed in accordance with the protocol/guideline requirements and shall be submitted in accordance with the specifications in C and as part of the Deliverables, as specified in C. Any spotted owl nest or roost trees located shall be photo-documented in daytime on digital format and labeled with Ranger District, UTM, content of photo (i.e. nest site, roost site, MSO chick, MSO female, etc) and date. Original digital image shall become property of the Government. At least one nest tree photo will be from enough distance to show the entire tree. Locations of active MSO nest sites other than those previously active shall be plotted on the topographic map and shall be cross-referenced in the report. Use UTM's to describe the nest site on the topographic map. GPS coordinates shall be provided by the contractor. Active spotted owl PAC's shall be reported to the COR within 2 working days. These shall be reported by PAC name, unless a new territory is discovered at which time a PAC name will be determined by the agency biologist. C.5 GOVERNMENT-FURNISHED PROPERTY The government-furnished property listed below will be available for contractor use. Some of the material will be available after the contractor has been selected: 1. Mexican spotted owl PAC Maps/Magdalena Ranger District Map (available upon award of contract) (exhibit A1 and A2) _20__ pages 2. One set of spotted owl Monitoring Data forms (Exhibit B-C) 3. Mexican Spotted Owl Formal Monitoring Protocol (FS Interim Directive No. 2 dated 6/26/90) (Exhibit D). C.6 DELIVERABLES Contractor shall provide one complete and clearly legible copy of the following reports to the COR: 1. MSO - Location of nest, roost site or MSO responses on the 1:24,000 topographic map with UTM location. Completed Informal or Formal Monitoring forms for each visit made. 2. Final Report including: All labeled original digital images of any MSO roosts and nest sites. A brief summary of other findings during the inventory, i.e. bat roost tree, spring/seep, etc. A miscellaneous section (optional) identifying any hazards encountered, any problems identified conducting the field surveys, any problems encountered fulfilling/interpreting the contract. C.7 REPORT REVIEW/MEASUREMENT/PAYMENT All deliverables associated with the contract shall be received within 21 calendar days after completion of the field surveys. Upon submission of materials listed above, the COR shall have 15 working days to review the material to determine acceptability. If the materials are accepted within the review period, the contracting officer and contractor will be notified immediately. Forest Service reserves the right to reject items and reports not meeting the minimum requirements as listed in these specifications and referenced to specified guidelines and data. If the materials are not accepted with the 15-day review period, the Contracting Officer and the contractor will be notified immediately. Rejected items shall then be upgraded to the standards in these specifications, as noted by the COR, within 15 working days of notice and resubmitted for acceptance by the COR. Partial payments may be made upon completion and acceptance of the following milestones: 50% payment upon completion and acceptance of two complete MSO reproductive monitoring visits of each PAC, with copies of the field data sheets, and at least one goshawk monitoring visit complete at each territory. Remaining completion of all fieldwork and acceptance of all data, summary report and acceptance of all final repots. Payment shall be at the unit price shown in the schedule of items, upon completion of acceptance as stated above. Such payment shall constitute full compensation for the spotted owl inventory awarded on this contract. C.8 DISSIMINATION OF INFORMATION Information regarding survey areas or locations shall not be released. Neither the Contractor nor his/her representatives shall release any sketch, map, photograph, report, newspaper article or other material of any nature obtained or prepared under the contract without specific written approval of the contracting officer. The contractor or his/her representative may be required to sign a non-disclosure form. Contractor shall be responsible for the actions of any employees or subcontractors that are involved in the inventory. No persons other than certified inventory crewmembers shall accompany the crew during the inventory process. Non-certified persons may be in camp or may be used as pick-up persons for the crew. Contractor shall not release any publication of the data collected under this contract in hard copy or electronic form. C.9 CONTRACTOR QUALIFICATIONS All quotes to be considered are required to meet the qualifications listed below: Contractor shall have a minimum of a Bachelor of Science degree in the fields of natural resource management (i.e. wildlife biology, ecology, etc.) from an accredited college or university. Demonstrate prior or similar business experience in the same or similar work. Contractor shall demonstrate they have or will obtain all necessary equipment, as well as the personnel to successfully perform the inventory. C.10 PERSONNEL QUALIFICATIONS/EXPERIENCE SUBMITTAL With price quotation, include information regarding educational qualifications and related experience (i.e. raptor surveys, knowledge of vegetation types, etc.) of key personnel, including crew leaders. Crew leader minimum qualification: A Bachelor of Science degree in the fields of natural resource management (i.e. Wildlife Biology/Science, Ecology) from an accredited college or university AND/OR experience in spotted owl inventory or formal monitoring (according to protocol) in Regions 3, 4, 5, or 6. Key personnel shall be responsible for training and certifying that field personnel meet the minimum qualifications. Provide a list of proposed field personnel by name; briefly summarize educational qualifications and related experience (i.e. raptor survey, raptor identification, knowledge of vegetation types, orienteering abilities, etc.). If expecting to hire additional personnel to carry out the work, state the proposed source of qualified personnel or plans for training them. Note that area to be surveyed involves very rough terrain; all field personnel, including supervisors, should be in good physical condition. All observers that conduct surveys must be able to visually identify common raptors in the field and identify common raptors via vocalizations. With price quotation, include list of references (names, addresses, telephone numbers and contract number, if applicable) for similar work. Provide a short narrative outlining proposed work schedule to include resources, transportation, logistics and alternative plans for unforeseen problems (i.e., weather, fire restrictions etc) in order to complete the required work within the allowed contract time. Contractor shall describe how spotted owl inventory certifications were received, including numbers of years certified, or how contractor plans to provide for certification of all inventory personnel. SECTION D--PACKAGING AND MARKING {For this Solicitation, there are NO clauses in this Section} SECTION E--INSPECTION AND ACCEPTANCE E. 1. FAR 52.246-4 Inspection of Services--Fixed-Price (Aug 1996) (a) Definitions. "Services," as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. (c) The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. (d) If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. (e) If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may (1) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. (f) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may (1) by contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service or (2) terminate the contract for default. E. 2. Contractor Quality Control Plan E.2.1. Quality Control Plan. The Contractor shall provide a Quality Control Plan (QCP) with the technical proposal. The Contractor shall supplement the QCP before start of work based on items awarded to the Contractor and Government comments. The general Quality Control plan must demonstrate how the Contractor will assure quality meets the requirements and specifications of the contract. It shall specify how quality will be monitored to assure the performance standards are met; the supervision of crew and work; and the personnel that will be performing the quality control. Quality control includes the monitoring of quality while work is in progress. SECTION F--DELIVERIES OR PERFORMANCE FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.242-15 Stop Work Order (Aug 1989) 52.242-17 Government Delay of Work (Apr 1984) FAR 52.211-10 Commencement, Prosecution, and Completion of Work (Apr 1984) The Contractor shall be required to (a) commence work under this contract within _10_calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than _120 calendar days. The time stated for completion shall include final cleanup of the premises. INCLEMENT WEATHER When inclement weather sets in, and the work is impractical, upon written request by the contractor, the Contracting Officer may authorize a total suspension until such weather has passed, and work can proceed. During period of total suspension, the calendar days elapsed will not be charged against the contract time specified. SECTION G--CONTRACT ADMINISTRATION DATA AGAR 452.215-73 Post Award Conference (Nov 1996) A post award conference with the successful offeror is required. It will be scheduled within 3 days after the date of contract award. The conference will be held at Cibola National Forest Supervisor's Office. SECTION H--SPECIAL CONTRACT REQUIREMENTS Key Personnel The Contractor shall assign to this contract the key personnel identified in their technical proposal and that list may include the following: • CREW LEADER The Contractor shall make no substitutions of key personnel without notifying the Contracting Officer within a reasonable timeframe and in advance, and shall submit justification (including proposed substitutions) in sufficient detail to permit evaluation of the impact on the contract. Proposed substitutes should have comparable qualifications to those of the persons being replaced. The Contractor shall make no diversion of personnel without the written consent of the Contracting Officer. The contract will be modified to reflect any approved changes of key personnel. Fire Control Contractor's Responsibility for Contractor-Caused Fires. The Contractor, whether or not directed by the Forest Service, shall immediately extinguish, without expense to the Government, all fires on or in the vicinity of the project which are caused by Contractor's employees, whether set directly or indirectly as a result of Contractor operations. The Contractor may be held liable for all damages and costs of additional labor, subsistence, equipment, supplies, and transportation resulting from fires set or caused by the Contractor's employees or resulting from contract operations. Fire Protection Requirements - Fire Plan. At all times during closed fire season period, as specified by State law, the Contractor shall comply with each of the following provisions to the extent applicable to his operation under the contract. Fire Tools. The Contractor will provide for each employee in the contract area at least one approved handtool of a type appropriate in the contract area, such as shovel, pulaski, or ax. Tools required and furnished shall count toward fulfillment of the above requirement. Where additional tools, beyond those required are to be provided, the Contractor shall seal such tools in one or more boxes painted red and marked "Tools for Fire Only." All tools required herein shall be kept sharp and in good serviceable condition and maintained at locations to be designated by the Forest Service. Fire Extinguishers and Tools on Mobile or Stationary Equipment. Each unit of powered equipment used in connection with this contract, including automobiles, trucks, tractors, etc., shall be equipped with serviceable tools and fire extinguishers as follows: a. One - fire extinguisher, dry chemical type of not less than 2-1/2 pound capacity with 4 BC or higher rating. b. One - shovel, round point #0 lady or equal. c. One - ax, 2 pounds or over, 26-inch minimum length, or one pulaski. d. One - water container (at least 1-gallon capacity), not required with stationary equipment. Spark Arresters. Each internal combustion engine shall be provided with a spark arrester or spark arresting device approved by the Forest Service. Exceptions where the Forest Service may approve mufflers, or other equipment in lieu of spark arresters qualified and rated under Forest Service Standard 5100-1a, are: (a) small multiposition engines, such as chain saws, shall meet Society of Automotive Engineers J335b standards; (b) passenger-carrying vehicles and light trucks may have baffle-type mufflers with tail pipe; (c) heavy-duty trucks may have a vertical stack exhaust system and muffler, provided the exhaust stack extends above the cab of the vehicle. An exhaust-driven turbocharger is considered to be a satisfactory spark arrester. Internal combustion engine exhaust systems, arresters, and other devices must be properly installed and maintained. Powersaws. For each powersaw used in connection with this contract, the following will be provided: a. One - shovel, round point #0 lady or equal. Shovel must be immediately available for use. b. One - Fire extinguisher, containing not less than 8 ounces of extinguisher fluid, or a dry chemical powder-type of not less than 1-pound capacity. The extinguisher must be immediately accessible to the saw operator at all times. Any fueling or refueling of a powersaw shall only be done in an area which has first been cleared or is free of all material capable of carrying fire; powersaw shall be moved at least 10 feet from place of fueling before starting. Blasting. Fuse or prima cord shall not be used unless authorized in writing by the COR with special precautions stated. Smoking. Smoking shall not be permitted within the contract area except on surfaced or dirt roads, at landings, within closed vehicles, in camps, or at other posted places, and shall never be allowed while working or traveling on foot. Storage of Petroleum and Other Highly Flammable Products. Gasoline, oil, grease, or other highly flammable material will be stored either in a separate building used exclusively for such storage, or at a site where all combustible debris and vegetation is cleared away within a radius of 25 feet. Fire extinguishers and/or sand barrels may be required at such locations specified by the Forest Service when unusually hazardous conditions exist. Debris Burning and Warming Fires. Burning permits will be required for all debris burning fires. Lunch and warming fires may be allowed in fireproofed areas during periods of low fire danger if and as specified in the fire plan. Such fires must not be left burning unattended. Precautions for Stoves. Stovepipes on all temporary buildings, trailers, and tents using wood burning stoves, will be equipped with roof jacks and serviceable spark arresters of mesh with openings no larger than 5/8 inch. All stovepipes, inside and out, will not be closer than 2 feet from any wood or other flammable material or 1 foot if the combustible material is protected by a metal or asbestos shield. Welding. Welding or use of cutting torches will be permitted only in areas that have been cleared or are free of all material capable of carrying fire. Flammable debris and vegetation must be removed from within a minimum of 10 feet radius of all welding and cutting torch operations. A shovel and a 5-gallon standard backpack water container, (filled) with handpump attached, shall be immediately available for use in the event of a fire start. Fire Plan. Prior to initiating work on the contract area, during the closed fire season period, a fire prevention and suppression plan will usually be prepared. The Contractor and the Forest Service will jointly prepare this plan. Such plan shall include a detailed list of men and equipment at the Contractor's disposal for implementing the plan. The fire plan shall also specify additional measures and/or special requirements, such as Hoot Owl restrictions, necessary during periods of critical fire weather conditions. When Hoot Owl restrictions are invoked, the Forest Service may curtail or shut down all or portions of a Contractor's operations. The following requirements may be imposed: a. All high fire risk operations could be terminated at 1300 local time. b. Patrolman may be required for a period of 2 hours after high fire risk operations and 1 hour after end of work shift. The Contractor shall provide the patrolman. H. 3. Prework Conference Prior to commencement of work, the Contractor shall attend a meeting to discuss the contract terms, work performance requirements, and safety. PART II--CONTRACT CLAUSES SECTION I--CONTRACT CLAUSES FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUL1995) 52.215-8 Order of Precedence--Uniform Contract Format (OCT 1997) 52.222-3 Convict Labor (AUG 1996) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (APR 2002) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (Applicable if contract exceeds $10,000) 52.222-41 Service Contract Act of 1965, as Amended (MAY 1989) 52.223-6 Drug-Free Workplace (MAY 2001) (Applicable if contract is awarded to an individual) 52.225-13 Restrictions on Certain Foreign Purchases (APR 2002) 52.232-1 Payments (APR 84) 52.232-8 Discounts for Prompt Payment (FEB 2002) 52.232-11 Extras (APR 1984) 52.232-23 Assignment of Claims (JAN 1986) 52.232-25 Prompt Payment (FEB 2002) 52.232-34 Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (MAY 1999) 52.233-1 Disputes (JULY 2002) 52.233-3 Protest After Award (AUG 1996) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.243-1 Changes--Fixed-Price (AUG 1987)--Alternate I (APR 1984) 52.245-1 Property Records (APR 1984) 52.245-4 Government-Furnished Property (Short Form) (APR 1984) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short From) (APR 1984) 52.249-8 Default (Fixed-Price Supply and Service) (APR 1984) 52.253-1 Computer Generated Forms (JAN 1991) AGRICULTURE ACQUISITION REGULATION (48 CFR CHAPTER 4) CLAUSES 452.236-72 Use of Premises (NOV 1996) 452.236-73 Archaeological or Historic Sites (FEB 1988) 452.236-74 Control of Erosion, Sedimentation, and Pollution (NOV 1996) 452.237-70 Loss, Damage, Destruction or Repair (FEB 1988) 452.237-75 Restrictions Against Disclosure (FEB 1988) 52.204-7 Central Contractor Registration (Jul 2006) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the primary Government repository for Contractor information required for the conduct of business with the Government. "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same parent concern. "Registered in the CCR database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and (2) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the CCR registration process. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to: (A) Change the name in the CCR database; (B) Comply with the requirements of Subpart 42.12 of the FAR; (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor mustprovide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It Is Not A Wage Determination. Employee Class Monetary Wage--Fringe Benefits Forestry Tech GS-4, $12.30 per hour w/o Fringe Forestry Tech GS-5, $13.76 per hour w/o Fringe Svpy. Forestry Tech GS-7, $17.05 per hour w/o Fringe PERMITS AND RESPONSIBILITIES (FAR 52.236-7) (Nov 1991) The Contractor shall, without additional expense to the government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. NOTIFICATION OF UNIDENTIFIED PREHISTORIC RUINS OR MONUMENTS OR OBJECTS OF ANTIQUITY If unidentified prehistoric ruins or monuments or objects of antiquity are discovered during the rendering of services under this contract, the contractor shall cease operations in the area immediately and notify the Contracting Officer's Representative. USE OF PREMISES (a) Before any camp, quarry, borrow pit, storage, detour or by-pass site, other than shown on the drawings is open or operated on National Forest Land or lands administered by the USDA Forest Service, written permission shall be obtained through the Contracting Officer. A camp is interpreted to include the campsite or trailer parking area of any employee of the Contractor or subcontractor. Such permission, if granted, will be without charge to the contractor. (b) Sanitation Facilities. Unless provided otherwise, the Contractor shall provide and maintain sanitation facilities for the workforce at the site. Solid waste shall be disposed of in accordance with Federal, State, and local regulations. PART III--LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS SECTION J--LIST OF ATTACHMENTS 1. General Location Map 20 pages 2. Mexican spotted owl Formal Monitoring Protocol 10 pages (FS Interim Directive No. 2 dated 6/26/90) (Exhibit D) 3. Monitoring Summary Form and Inventory Form 2 pages 4. Southwestern Region MSO Inventory Protocol (Exhibit F) 1 page 5. Water Determination 1969-0115, Rev. 43, dated 11/13/2009 9 pages PART IV--REPRESENTATIONS AND INSTRUCTIONS SECTION K--REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR RESPONDENTS FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) 52.222-38 Compliance with Veterans' Employment Reporting Requirements (Dec 2001) NOTE: Offerors should address questions concerning VETS-100 reporting and reporting requirements to the Office of Veterans Employment and Training Services offices at the following address: U. S. Department of Labor VETS-100 Reporting 6101 Stevenson Avenue Alexandria, VA 22304-3540 Telephone: (703) 461-2460 E-mail: VETS100@dyncorp.com Website: www.vets100.cudenver.edu FAR 52.204-3 Taxpayer Identification (Oct 1998) (a) Definitions. "Common parent," as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the offeror is a member. "Taxpayer Identification Number (TIN)," as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number. (b) All offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041,, 6041A, and 6050M and implementing regulations issued by the IRS. If the resulting contract is subject to the reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. (c) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (d) Taxpayer Identification Number (TIN). TIN:____________________________. ___ TIN has been applied for. ___ TIN is not required because: [ ] Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the U. S. and does not have an office or place of business or a fiscal paying agent in the U.S.; [ ] Offeror is an agency or instrumentality of a foreign government: [ ] Offeror is an agency or instrumentality of a Federal, state or local government; (e) Type of organization. ___ Sole proprietorship; ___ Partnership; ___ Corporate entity (not tax-exempt); ___ Corporate entity (tax-exempt); ___ Government entity (Federal, State, or local); ___ Foreign government; ___ International organization per 26 CFR 1.6049-4; ___ Other ______________________________. (f) Common Parent. ___ Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. ___ Name and TIN of common parent: Name____________________________________________ TIN_____________________________________________ FAR 52.219-1 Small Business Program Representations (Apr 2002) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 924120. (2) The small business size standard is __________ (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it [ ] is, [ ] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it [ ] is, [ ] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a women-owned small business concern. (4) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a veteran-owned small business concern. (5) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a service-disabled veteran-owned small business concern. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and (ii) ) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:__________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (c) Definitions. As used in this provision-- "Service-disabled veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (a) of this provision. "Veteran-owned small business concern" means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small, HUBZone small, small disadvantaged, or women-owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall-- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that-- (a) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It [ ] has, [ ] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. FAR 52.222-25 Affirmative Action Compliance (Apr 1984) The offeror represents that-- (a) It [ ] has developed and has on file, [ ]has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. SECTION L--INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) 52.204-6 Data Universal Numbering System (Duns) (JUN 1999) 52.215-1 Instructions to Offerors--Competitive Acquisition (MAY 2001) 52.237-1 Site Visit (APR 1984) AGRICULTURE ACQUISITION REGULATIONS (48 CFR CHAPTER 4) CLAUSES 452.204-70 Inquiries (FEB 1988) FAR 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a fixed price contract resulting from this solicitation. FAR 52.233-2 Service of Protest (AUG 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Contracting Officer, Northern Acquisition Zone, Cibola NF, 2113 Osuna Road NE, Albq., NM 87113. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. SECTION M - EVALUATION FACTORS FOR AWARD Award will be made to the Offeror whose proposal is considered to be the best value to the Government, price and other factors considered. The Government intends to award this contract without discussions. Each quoter shall respond to the following evaluation criteria in order to be considered for award. Detailed narratives are requested; simple "yes" or "no" answers will receive only minimum credit. In the case of no response to a given criteria, zero credit will be given. Technical is equal in importance to Price. Criteria are listed in descending order of importance. M.1 Evaluation Criteria - Proposals will be evaluated based on: 1. Qualifications & Experience of Personnel. Include information regarding educational qualifications and related experience (i.e. raptor surveys, knowledge of vegetation types, etc.) of key personnel, including crew leaders. Crew leader minimum qualification: A Bachelor of Science degree in the fields of natural resource management (i.e. Wildlife Biology/Science, Ecology) from an accredited college or university AND/OR experience in spotted owl inventory or formal monitoring (according to protocol) in Regions 3, 4, 5, or 6. Key personnel shall be responsible for training and certifying that field personnel meet the minimum qualifications. Provide a list of proposed field personnel by name; briefly summarize educational qualifications and related experience (i.e. raptor survey, raptor identification, knowledge of vegetation types, orienteering abilities, etc.). If expecting to hire additional personnel to carry out the work, state the proposed source of qualified personnel or plans for training them. Note that area to be surveyed involves very rough terrain; all field personnel, including supervisors, should be in good physical condition. All observers that conduct surveys must be able to visually identify common raptors in the field and identify common raptors via vocalizations. Contractor shall describe how spotted owl inventory certifications were received, including numbers of years certified, or how contractor plans to provide for certification of all inventory personnel. 2. Past Experience. Include list of references (names, addresses, telephone numbers and contract number, if applicable) for similar work. The firms experience in completing similar projects and its compliance with delivery schedules/timetables; reliability; & responsiveness to technical direction. Note: Bidders lacking a past corporate performance record will be treated as an unknown performance risk and will receive a neutral rating. 3. Proposed Work Plan..Provide a short narrative outlining proposed work schedule to include resources, transportation, logistics and alternative plans for unforeseen problems (i.e., weather, fire restrictions etc) in order to complete the required work within the allowed contract time. 4. Business management and conduct: Show a demonstrated ability to manage projects of this nature and establish working relationships with contracting officers, technical representatives, or customers. Demonstrate flexibility and concern for government interests, give examples. Note: The Office of Management and Budget (OMB) has authorized Federal agencies to collect past performance information under OMB clearance number 9000-0142. Both this information provided in the proposal, and Government records will be used to evaluate the Offeror's past performance; however, references other than those listed may also be contacted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b99b104dc6853d0b240500e023bb765)
 
Place of Performance
Address: MAGDALENA RANGER DISTRICT, MAGDALENA, New Mexico, 87825, United States
Zip Code: 87825
 
Record
SN02439312-W 20110506/110504234428-0b99b104dc6853d0b240500e023bb765 (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.