Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2011 FBO #3527
SOLICITATION NOTICE

B -- Biological Research Services for Turtle Nests at Kensington, Metropark, Michigan. - Package #1

Notice Date
7/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-11-0093
 
Point of Contact
Leigh D. Eberhart, Phone: 6123363206
 
E-Mail Address
Leigh.D.Eberhart@aphis.usda.gov
(Leigh.D.Eberhart@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Requirements, Combined Synopsis/Solicitation for Biological Research Services for Turtle Nests at Kensington, Metropark, Michigan. SEE ATTACHMENT FOR CLEANER COPY. Combined Synopsis/Solicitation for Biological Research Services for Turtle Nests at Kensington, Metropark, Michigan. (i) This is a combined synopsis/solicitation for commercial services- prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price commercial service contract. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. This requirement is being offered as a Full and Open unrestricted procurement. The NAICS code is 541620. The standard size is $7M. (iii) This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Wildlife Service (WS), 2803 Jolly Road, STE 100, Okemos, MI 48864. (iv) The solicitation number for this effort is AG-6395-S-11-0093 and this combined synopsis/solicitation is issued as a request for quotation (RFQ). (v) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ (vi) REQUIREMENTS AND QUANTITIES: CLIN 0001 Biological Research Services for Turtle Nests at Kensington, Metropark, Michigan. (vii) CLIN 0001 Field Investigation approximately 17 days work, team of 2-3 biologists. Hourly rate tiny_mce_marker ______ Monitoring Design, Correspondence, Analysis and Reporting tiny_mce_marker ______ Project Total cost tiny_mce_marker ______ • Project total shall include all monitoring, travel, reporting and additional deliverables specified in the Statement of Work (SOW). (viii) Statement of Work: WS-MI is conducting a project, funded through the Great Lakes Restoration Initiative, which is attempting to protect turtle nest from high levels of predation by raccoons at Kensington Metropark near Brighton, MI only. It is believed that in recent years virtually all turtle nests have been predated by raccoons which has serious impacts to the turtle population. WS-MI will be trapping and removing raccoons but does not have the expertise to evaluate the outcomes of turtle nests. What is needed is for turtle nests in selected areas of Kensington to be found, categorized and monitored to determine the fate of the nests. This information provides critical feedback to us so that we can evaluate the success of raccoon removal. EPA, which has funded this project, will be looking for this kind of evaluation to consider future funding. The deliverables includes a summary report of turtle nesting success, analysis, maps and recommendations. (ix) All work performance upon completion must be delivered FOB Destination to USDA APHIS (WS), 2803 Jolly Road, STE 100, Okemos, MI 48864. The offerors price must include shipping to the FOB destination. (x) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (xi) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation will be most advantageous to the Government, price and other factors considered. A trade off process will be used to evaluate quotes. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. The following factors shall be used to evaluate offers: Technical ability/capability with specific knowledge and experience in Kensington Metropark near Brighton, MI; Price and Past Performance references. Technical ability/capability with specific knowledge and experience in Kensington Metropark near Brighton, MI is the highest factor, then Price and Past Performance added together are slightly less than equal to Technical Ability requirement. (xii) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications or return a completed copy of the Offeror Representations and Certifications with their quotation. The Online Reps and Certs Application Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov., or a hard copy of the provision may be attained from http://www.arnet.gov/far. (xii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate I) ; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). (xiv) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xv) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 01:00 PM CST, August 1, 2011. Quotes may be sent via e-mail to leigh.d.eberhart@aphis.usda.gov, fax to 612-336-3550 or via mail to above address. (xvi) The point of contact for this solicitation is Leigh Eberhart who may be reached at leigh.d.eberhart@aphis.usda.gov, or phone at 612-336-3206. (xvii) A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: 1) Price for the item, CLINS 001 which provides the total price and delivery. 2) Signature of the offeror on the page which lists the price. 3) Provide detailed prices for the specific features and equipment. Quotes should be of sufficient detail to determine their adequacy. 4) References as requested above. 5) A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirmation that this has been completed on-line. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration will be given to the offerors quote, thereby making an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-11-0093/listing.html)
 
Place of Performance
Address: 2803 Jolly Road, STE 100, Okemos, Michigan, 48864, United States
Zip Code: 48864
 
Record
SN02505072-W 20110722/110721003555-a9d8e1194c494ef6e94bbcd315f25ac8 (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.