Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOLICITATION NOTICE

F -- Southwestern Willow Flycatcher Monitoring

Notice Date
12/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
R17PS00510
 
Response Due
1/10/2018
 
Archive Date
1/25/2018
 
Point of Contact
Rodriguez, Diane
 
Small Business Set-Aside
N/A
 
Description
(i) 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. (ii) A request for proposal (RFP No. R17PS00510) is being issued subsequent to this combined solicitation/synopsis. The RFP and all associated documents may be found by going to the following website: https://www.fedconnect.net/, then clicking on "Search Public Opportunities Only", and then searching by "Reference Number" R17PS00510. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-96. (iv) This requirement is unrestricted. The North American Industry Classification System (NAICS) Code for this acquisition is: 541620 - Environmental Consulting Services. The small business size standard for NAICS Code 541620 is $15.0 million. (v) Line item 0001 - Southwestern Willow Flycatcher Monitoring, in accordance with Attachment 1 - Performance Work Statement. The Performance Work Statement provides more detailed information about the requirement and is attached to the RFP at FedConnect.net (public opportunity reference number R17PS00510). Optional Line Item, Line item 0002 - Southwestern Willow Flycatcher Monitoring, in accordance with Attachment 1 - Performance Work Statement. The Performance Work Statement provides more detailed information about the requirement and is attached to the RFP at FedConnect.net (public opportunity reference number R17PS00510). Option Year 1 Optional Line Item, Line item 0003 - Southwestern Willow Flycatcher Monitoring, in accordance with Attachment 1 - Performance Work Statement. The Performance Work Statement provides more detailed information about the requirement and is attached to the RFP at FedConnect.net (public opportunity reference number R17PS00510). Option Year 2 Optional Line Item, Line item 0004 - Southwestern Willow Flycatcher Monitoring, in accordance with Attachment 1 - Performance Work Statement. The Performance Work Statement provides more detailed information about the requirement and is attached to the RFP at FedConnect.net (public opportunity reference number R17PS00510). Option Year 3 Optional Line Item, Line item 0005 - Southwestern Willow Flycatcher Monitoring, in accordance with Attachment 1 - Performance Work Statement. The Performance Work Statement provides more detailed information about the requirement and is attached to the RFP at FedConnect.net (public opportunity reference number R17PS00510). Option Year 4 Note: Offerors shall furnish pricing for the base year and the options in Section B of the solicitation package. (vi) The Bureau of Reclamation has a requirement for biological monitoring services to survey for and collect demographic data on the endangered southwestern willow flycatcher (SWFL) in suitable and/or historical riparian and wetland habitats along the lower Colorado River (LCR). The Contractor shall study and document the presence/absence of the SWFL along the LCR; determine the breeding status; nesting success or cause of nesting failure, and any threats that exist for SWFL habitat.as outline in Attachment 1 - Performance Work Statement. Contractor shall provide all personnel, travel, housing, equipment, tools, permits, supplies, supervision, labor and transportation, and other items necessary to perform the monitoring services described in Attachment 1- Performance Work Statement. Reclamation anticipates awarding one firm-fixed price contract as a result of this RFP with a base year and four option years. (vii) The performance will begin on or about March 1, 2018 and will run for a 12 month performance period. There will be four (4) Option provisions included that if exercised will also run for a 12 month performance period. THE FOLLOWING CLAUSES, PROVISIONS, AND ADDENDUMS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFP. The following addendum is also applicable to this RFP. In addition to the requirements of the Instructions to Offerors - Commercial Items provision of this solicitation, each offeror shall submit a proposal in accordance with the instructions contained in 1452.215-81, General Proposal Instructions-Bureau of Reclamation, 1452.215-82, Technical Proposal Instructions-Bureau of Reclamation and 1452.215-83, Pricing Proposal Instructions. E.3 52.212-2 EVALUATION - COMMERCIAL ITEMS OCTOBER 2014 (a) 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 four (4) evaluation factors shall be used to evaluate offers: 1.Technical Approach 2.Experience 3.Past Performance 4.Price (all proposed prices will be reviewed for price reasonableness and any instances of unbalanced pricing) Basis for award will be best-value "trade-off." (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the vendor's specified expiration time, the Government may accept a quote (or part of the quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Technical Evaluation Criteria: Factor 1 - Technical Approach: Proposal Submission Requirements: The offeror's proposal shall include a detailed description of their technical approach for achieving the tasks and objectives in the PWS. The technical proposal must clearly reflect that the offeror has the expertise, available resources and equipment required to successfully perform the tasks described in the PWS. At a minimum, the offeror shall address the following elements in their technical approach: -Approach to prepare for and implement the southwestern willow flycatcher surveys and monitoring. This will include the logistic planning and preparation of the field crew. -Approach to ensure that survey biologists are recording and evaluating data correctly. This will include correctly determining residency of detected birds, accurately delineating territories, and correctly identifying breeding evidence. -Approach to conduct nest surveys to ensure that data collected on nests, including nest success, is as accurate as possible. Explain methodologies that surveyors will use to document nest content and fate as well as accurately calculate nest success. Describe in detail how the surveyors will minimize disturbance to the adults, nestlings, and fledglings and will avoid causing nest abandonment or forced fledging of the nest. -Logistical approach to conduct surveys and territory monitoring at Alamo Lake. -Logistical approach to conducting the tri-annual surveys in the southern portion of the LCR. -Approach for preparing and conducting banding activities at LCR MSCP conservation areas. Include information on training of banders, ability to acquire needed permits, and the use of protocols to ensure that birds are captured and banded safely without causing harm to any birds. -Approach for how ArcGIS Shapefiles will be created for all bird detections and territories. -Approach to ensure work is conducted in a safe manner (fieldwork, office work, travel and lodging). -Approach for implementing and complying with the data management and metadata guidelines in the PWS. -Approach for managing schedules to ensure all milestones and deliverables are met on time. -Approach for training staff to: conduct complete and accurate surveys; enter, analyze, and manage data; document procedures; and prepare reports. -Approach for assuring and maintaining data quality (QA/QC approach for field work, data management and data analysis), include all data and have the appropriate file name and metadata. -Explain how draft and final annual reports will be produced that follow the MSCP template and writer guidelines; include information stated in the PWS; and minimize the amount of grammatical, formatting, technical, and spelling errors. -Explain what equipment and supplies will be used in the field and office Technical Approach Evaluation Criteria: This factor is used to determine the feasibility of the offeror's technical approach to see if it is technically sound (uses proven, successful methods) and if the methods are practical for achieving the goals and objectives outlined in the Performance Work Statement (PWS). Factor 2 Experience: Proposal Submission Requirements: Offeror's shall specifically address their experience, field knowledge and expertise in performing southwestern willow flycatcher monitoring services similar in scope and magnitude to the tasks described in the PWS. Offeror shall specifically address under this factor, their experience with data collection and management on the projects they performed on. Offerors shall indicate whether they performed the work they describe as a prime contractor or a subcontractor to another firm. All examples of experience provided to show similar and/or relevant projects shall at a minimum include: -name of the project; -description of the work that addressed the below rating factors; -contract number; -contract period of performance; -name and address of the client; and -name(s) and telephone number(s) of references from the client who may be contacted for further information. Experience Evaluation Criteria: Under this factor, an offeror's technical proposal should clearly demonstrate field knowledge, and expertise in performing work similar in scope and magnitude to the tasks described in the PWS. Factor 3: Past Performance: Under Past Performance, the Government will evaluate if previous relevant work was completed on time, within budget and to the satisfaction of the customer (additionally, large businesses will be evaluated for adherence to meeting subcontracting goals). When submitting Past Performance information on similar projects performed on and/or on Lower Colorado River projects, at a minimum, the offeror must provide the following information for each project in order for the project to be evaluated: -name of the project; -description of the work; -contract period of performance; -contract number; -name and address of the client; -initial contract amount and final contract amount; -any problems encountered in performance of the work and corrective action(s) taken; -name(s) and telephone number(s) of references from the client who may be contacted for further information. NOTE: An offeror without relevant past performance, or for whom information on past performance is not available; a Neutral rating will be assigned. Offerors are encouraged to submit past performance information on projects where they performed work as subcontractors or as part of a team or joint-venture as well as on work where they performed as the prime contractor. Also, if you intend to use a partner arrangement and / or a subcontractor to perform on this work, past performance information should be submitted for them as well. Offerors shall specifically identify in their proposal any past performance shown that is attributed to current or to prospective employees and or subcontractors.) The Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. The Government will also use information obtained from The Federal Awardee Performance and Integrity Information System (FAPIIS) http://www.fai.gov/FAPIIS/trailer/module.htm will be utilized as well. Past Performance Evaluation Criteria: The Government will evaluate the offeror's Past Performance information for currency, relevancy, source of the information, context of the data, and general trends in the contractors performance to determine the Government ¿s confidence in the likelihood of the offeror successfully completing the contract requirements. Factor 4: Price (a)For award consideration purposes, the Government will calculate a Total Evaluated Price (TEP). The TEP is the sum of the total proposed prices listed on Schedules 1 through 5. This is the same price as that reflected on the `Total for All Schedules (Total Evaluated Price) ¿ line in the table on page B-5 of this solicitation. All proposed prices will be evaluated for price reasonableness and balanced pricing in accordance with FAR 14.404-1. (b)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). (c)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) (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.204-14, Service Contract Reporting Requirements 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.219-8, Utilization of Small Business Concerns 52.219-9, Small Business Subcontracting Plan 52.219-28, Post Award Small Business Program Representation 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 Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.242-5, Payments to Small Business Subcontractors 52.222-41, Service Contract Labor Standards (xiii) Additional contract requirements include the following clauses and provisions: Provisions - Addendum to 52.212-1, Instructions to Offeror ¿ Commercial Items - 52.252-1, Solicitation Provisions Incorporated by Reference - 52.204-7, System for Award Management -52.204-16, Commercial and Government Entity Code Reporting - 52.217-5, Evaluation of Options - 52.215-20, Requirements for Certified Cost or Pricing Data or Data Other than Cost or Pricing Data - 52.252-6, Authorized Deviation in Clauses - 1452.215-71, Use and Disclosure of Proposal Information ¿ Department of Interior - 1452.211-80, Notice of Intent to Acquire Metric Products and Services - Bureau of Reclamation - 1452.215-81, General Proposal Instructions ¿ Bureau of Reclamation - 1452.215-82, Technical Proposal Instructions ¿ Bureau of Reclamation - 1452.215-83, Price Proposal Instructions ¿ Bureau of Reclamation - Addendum to 52.212-2, Evaluation ¿ Commercial Items - 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations ¿ Bureau of Reclamation - Addendum to 52.212-3, Offeror Representations and Certifications ¿ Commercial Items - 52.252-1, Provisions Incorporated by Reference - 52-209, Prohibition on Contracting with Inverted Domestic Corporations ¿ Representations - 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentially Agreements ¿ Representations - 52.209-7, Information Regarding Responsibility Matters - 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ¿ Representative and Certification Clauses - Addendum to FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items - 52.252-2, Clauses Incorporated by Reference - 52.203-17, Contractor Employee Whistleblower Rights and requirement to Inform Employees of Whistleblower Rights - 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper - 52.204-13, System for Award Management Maintenance - 52.204-18, Commercial and Government Entity Code Maintenance - 52.204-19, Incorporation by Reference of Representation and Certifications - 52.227-14, Rights in Data, General - 52.232-40, Providing Accelerated Payment to Small Business Subcontractors -52.217-8, Option to Extend Services -52.217-9, Option to Extend the Term of the Contract - 52.242-15, Stop-Work Order - 52.252-2, Clauses Incorporated by Reference - DOI-AAP-0028, Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) - DOI-AAP-0050, Contractor Performance Assessment Reporting System -1452.222-81, Employment Verification -1452.223-81, Safety and Health - Bureau of Reclamation -1452.237-80, Security Requirements - Bureau of Reclamation -1452.242-80, Post Award Conference -Bureau of Reclamation -1452.201-70, Authorities and Delegations -1452.228-70, Liability Insurance -Key Personnel (xiv) Not applicable (xv) All questions shall be submitted via email to DLRodriguez@usbr.gov by no later than 12 PM local time on Wednesday, January 3, 2018. No additional questions will be accepted after this date. Responses to any questions received will be provided via an amendment. Submission of Proposal Package: All responses to this Request for Proposal (RFP) shall be sent to the attention of Diane Rodriguez, Contract Specialist and clearly marked on the outside package with the RFP No. R17PS00510, the time and date for receipt of proposals and the name and address of the offeror. NOTE: The Government is not responsible if quotes are marked incorrectly and not received by the date and time set for closing. Mailed proposal packages can be sent to Bureau of Reclamation, P. O. Box 61470, Boulder City, NV 89006 (Attention Diane Rodriguez, LC-10203). If you are sending by express mail, send to Bureau of Reclamation, Lower Colorado Region (Attention Diane Rodriguez, LC-10203) - 500 Date Street, Boulder City, Nevada, 89005. Electronic quotations are not authorized, nor may portions of your quotation be submitted electronically. Paper copies are required. If you have questions please contact Diane Rodriguez at DLRodriguez@usbr.gov or call at 702-293-8368. Hand carried quotations can be dropped off to Diane Rodriguez at 500 Date Street, Bldg 1400, Boulder City, Nevada 89005. Please go to the main door and buzz for the receptionist. Ask for someone from the Contracting Division to take your proposal package. It is best to call ahead to notify Diane Rodriguez at 702-293-8368 if you wish to drop off your proposal package. To prevent your proposal package from mishandling, please follow the instructions. Quotation packages are due no later than 2 PM local time on Wednesday, January 10, 2018. Responsible offerors are requested to submit a proposal for this requirement. Offerors shall submit all the requested information listed under (viii) FAR provision 52.212-1, Instructions to Offerors ¿ Commercial Items, and any addenda to 52.212-1 and (ix) FAR Provision 52.212-2, Evaluation to be considered for award. All documents pertaining to this RFP are located at www.fedconnect.net, Reference Number R17PS00510. Submission of proposal instructions are found in section (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFP. (xvi) The Point of Contact for this solicitation is Ms. Diane Rodriguez, Contract Specialist. She may be reached via e-mail at DLRodriguez@usbr.gov, or by phone at 702-293-8368. *End of Combined/Synopsis Solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/30a5dcde958ffe8973622cc5f6aac15f)
 
Record
SN04773355-W 20171223/171221231037-30a5dcde958ffe8973622cc5f6aac15f (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.