Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
MODIFICATION

F -- Pinole Shoal Episode II Maintenance Dredging, Fish Entrainment Monitoring Service, Essayons Dredge, San Francisco Bay - Revised SOW

Notice Date
9/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-17-R-0009
 
Archive Date
10/10/2017
 
Point of Contact
Roberto L. Escobedo, Phone: 4155036949, Linda Hales, Phone: 4155036990
 
E-Mail Address
Roberto.L.Escobedo@usace.army.mil, Linda.F.Hales@usace.army.mil
(Roberto.L.Escobedo@usace.army.mil, Linda.F.Hales@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised Statement of Work This is a combined synopsis/solicitation for commercial items (services) prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912P7-17-R-0009. This requirement is being solicited as Small Business Set-Aside competition. The North American Industry Classification System (NAICS) code is 541620, the business size standard is $15.0 Million. The Product Service Code (PSC) is F999. The Government will award a Firm-Fixed-Price (FFP) contract resulting from this Request for Proposal (RFP) to the responsible offeror whose offer conforms to the enclosed criteria. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. Project Description: The United States Army Corps of Engineers (USACE), San Francisco District, has a need for fish entrainment monitoring services onboard the government-owned hopper dredging vessel Essayons during the upcoming dredging episode at Pinole Shoal Channel for a period of 7 days (base) and an option for up to 9 days. Fish entrainment monitoring will be conducted to identify any potential hopper dredging effects on fish with particular interest in delta smelt and other fishes. Delta smelt are listed as threatened under the federal Endangered Species Act (FESA) and as endangered under the California Endangered Species Act (CESA). The monitoring team is comprising of one Lead Fisheries Biologist and three Assistant Fisheries Technicians. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform fish entrainment monitoring services as defined in the Scope of Work. (See attached) Specification: The offeror must meet the qualification requirement in order to be eligible for award. Line Item Break Down: The following is the list of items and descriptions requested under this RFP: Project: Fish Entrainment Monitoring Services, Pinole Shoal Episode II Maintenance Dredging. Section B Line Item Description Quantity Unit of Issue Unit Price Total 0001 Task 1, Kickoff Meeting, in accordance with the Scope of Work, dated 5 September 2017 1 Job 0002 Task 2: Pre-Monitoring Threatened and Endangered Fish Species Education Program, in accordance with the Scope of Work, dated 5 September 2017 1 Job 0003 Task 3: Entrainment Monitoring Aboard the Essayons (7 Days), in accordance with Scope of Work, dated 5 September 2017 1 Job 0004 Task 4: Entrainment Monitoring Report, in accordance with Scope of Work, dated 5 September 2017 1 Job 0005 Other Reports( Monthly Progress and Monthly Safety Reports) 1 Job 0006 Optional Task: Entrainment Monitoring Aboard the Essayons (9 Days) 1 Job Total FOB Destination shall be in the Place of Performance. PERIOD OF PERFORMANCE: Date of award thru January 31, 2018 SUBMISSION REQUIREMENT: Offeror's having the capabilities to perform this work must submit their capability statement to show evidence of meeting the requirement. Their price proposal must be on a separate page, and two (2) Past Performance Questionnaire (PPQ) from similar work within the last three (3) years. Proposal are to be received electronically (pdf. Format) no later than 1500 hours Pacific Standard Time on Monday, 25 September 2017. (Your E-mail submission must be checked and determined to be "virus-free" prior to submission). The Government requires your proposal remain valid for 30 calendar days from date of submission. Any questions regarding this synopsis/solicitation, shall be submitted by e-mail to Mr. Roberto Escobedo, at Roberto.L.Escobedo@usace.army.mil or telephone number (415) 503.6949. The following provisions apply to this RFP: FAR 52.212-1 Instructions to Offerors - Commercial and FAR 52.212-3, Offeror Representations and Certifications- Commercial Items. Note: 52.212-3 shall be completed in the offerors System for Award Management (SAM) record. All interested parties MUST be registered in SAM in order to receive a contract award. If you are not registered with SAM, you may contact the SAM Help Desk at 1-866-606-8220 or register on-line at http://www.sam.gov. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-0019) (Nov 2016) 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The award will be made to the contractor whose price is the lowest of all offers determined to be technically qualified of performing the required service in accordance with FAR Part 12 Acquisition of Commercial Items. Technically qualified is defined as meeting the minimum requirements in Technical, Past Performance and Price as listed below. No trade-offs are made. To receive consideration for an award, the offer must NOT receive an "unacceptable" rating for the non-price factors. The Government may make an award based on initial offers received without discussions with offerors. Accordingly, each offer should be submitted in a completed form, without exception to any requirements. Failure to submit mandatory information for a factor, indicated by the word SHALL, will result in a rating of "unacceptable" for that factor, and the offer will be ineligible for award. It is incumbent upon the offeror to submit sufficient information for the Government to determine technical acceptability, successful and satisfactory past performance and price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. PRICE: a. Offerors SHALL complete and submit the price schedule with their proposal and include a price for each line item. Failure to do so will result in the offer being rejected without further consideration. b. The Contracting Officer will evaluate each offeror's price in accordance with FAR 15.404-1 to determine price reasonableness. In this context, reasonableness will be determined by comparing offered prices to one another, to the Government estimate and to pricing for previous work of a similar nature. 2. TECHNICAL CAPABILITY: a. The Offeror SHALL submit evidence of the capability to meet the minimum requirements as specified in this solicitation and the attached performance work statement. Proposal shall demonstrate that the offeror can provide a lead fisheries biologist that possesses a scientific collecting and Section 2081(a) permit from the California Department of Fish and Wildlife (CDFW) that must accompany the offerors proposal. This person will be experienced in coordinating field studies and must be considered a qualified delta smelt biologist by the United States Fish and Wildlife Service. The lead fisheries biologist must be proficient at identifying delta smelt, other San Francisco Bay-Delta fishes, and invertebrates. b. The Technical Capability factor SHALL receive an adjectival rating based on the assessed strengths and inadequacies of each offer as they relate to the Technical Capability. Technical rating with details descriptions are show in the table below: TECHNICAL RATING ACCEPTABLE: Offer clearly meets the minimum technical capability of the performance work statement UNACCEPTABLE: Offer does not clearly meet the minimum technical capability of the performance work statement 3. PAST PERFORMANCE: To demonstrate satisfactory past performance the offeror SHALL provide documentation of satisfactory performance on two (2) past or current contracts of a similar type, size, scope and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. Past performance information of key personnel may be provided if the company has limited or no past performance. In the case of an offeror with only one or without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as "Acceptable" on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. The preferred method of evaluating Past Performance is the attached USACE Past Performance Questionnaire (PPQ). The Government's approach will be to check the references provided by the contractor to verify satisfactory past performance. In addition to the above, the Government may review any other sources, as well as data obtained from other sources available, i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating acceptable past performance rests with the offeror. PAST PERFORMANCE RATING ACCEPTABLE: Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown UNACCEPTABLE: Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. (a) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (b) ) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) The following clauses apply to this RFP and resulting contract: FAR 52.203-17 - Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights, FAR 52.217-5 Evaluation of Options, FAR 52.217-8 Option to Extend Services, FAR 52.219-6 Notice of Total Small Business Set Aside, FAR 52.222-41 - Service Contract Act of 1965, F AR 52.222-42 - Statement of Equivalent Rates for Federal Hires, FAR 52.222-55 - Minimum Wages Under Executive Order 13658, FAR 52.223-10 - Waste Reduction Program, FAR 52.223-11 - Ozone-Depleting Substances, FAR 52.223-15 - Energy Efficiency in Energy-Consuming Products, FAR 52.212-4 - Contract Terms and Conditions-Commercial Items, FAR 52.232-39 - Unenforceability of Unauthorized Obligations, 52.233-4 - Applicable Law for Breach of Contract Claim, 52.237-2- Protection of Government Building, Equipment, and Vegetation, DFARS 252.201-700 Contracting Officer's Representative, 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials, 252.203-7003 - Agency Office of the Inspector General, 252.203-7005 -Representation Relating to Compensation of Former DoD Officials, 252.204-7004 - Alternate A, System for Award, 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information, 252.211-7003 - Item Unique Identification and Valuation, 252.225-7036 - Buy American-Free Trade Agreements-Balance of Payments Program, 252.232-7003 - Electronic Submission of Payment Requests, 252.247-7024 -, Notification of Transportation of Supplies by Sea Federal Acquisition Regulation (FAR) Clauses and Department of Labor Wage Determination Rates (WD No. 2015-5623, Rev. 4, dated 7/25/2017) are applicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-17-R-0009/listing.html)
 
Place of Performance
Address: Pinole Shoal Channel, San Francisco Bay, San Francisco, California, 94103, United States
Zip Code: 94103
 
Record
SN04680088-W 20170917/170915231645-e542076cf13fcccbb0ab03b5fb56c065 (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.