Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOLICITATION NOTICE

R -- FRUIT FLY RISK ASSESSMENT

Notice Date
3/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical 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, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
APISHQXX-0081-5
 
Response Due
4/6/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA, Animal and Plant Health Inspection Service (APHIS), International Service, intends to procure the services of a consultant to assist with management strategies and to assess the risk of the Medfly and Mexican Fruit Fly. Submit faxed quotations to Purchasing Section, at (612) 370 2136, Attention Joanne Mann. QUOTATIONS ARE DUE APRIL 6, 2005 BY 10:00 a.m. local time. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. 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 is a small business set-aside. NAICS code 541690, business size $6 million. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a new requirement. Period of performance is up to twelve (12) months from date of award. These requirements consist of one (1) line item, but for the purpose of reviewing specific tasks, see the complete sub line items. Award will use firm fixed pricing per unit pricing, with a not to exceed hours as indicated per task. This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed in full text at 222.arnet.gov/far: Instructions to Offerors Commercial Items 52.212 1; Evaluation Commercial items 52.212 2; Offeror Representations and Certifications 52.212 3; Contract Terms and Conditions Commercial Items 52.212 4; Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items 52.212 5; Taxpayer Identification 52.204-3; Data Universal Numbering System (DUNS) Number 52.204-6; Central Contractor Registration 52.204-7; Notice of Total Small Business Set-Aside 52.219-6; Prohibition of Segregated Facilities 52.222-21; Equal Opportunity 52.222-26; Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-35; Affirmative Action for Workers with Disabilities 52.222-36; Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veteran 52.222-37; Terms for Financing of Purchase of Commercial Items 52.232-29; Installment Payments for Commercial Items 52.232-30; Payments by Electronic Funds Transfer ? Central Contractor Registration 52.232-33; Privacy or Security Safeguards 52.239-1. RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. All offers must be signed. Offeror Representations and Certifications 52.212-3 must be completed and returned with offer. Offers shall include: Company name: __________________________________________________ Tax payer identification number:__________________________ DUNS number__________________ and business size _______. STATEMENT OF WORK A. BACKGROUND: To reduce the threat of exotic pest introductions in the United States, a primary responsibility of APHIS-International Services (IS) is to manage pest risks at the point-of-origin, i.e., off-shore. One of the most damaging agricultural pest groups threatening U.S. agriculture is the Tephritidae family of fruit flies. APHIS-IS cooperates with foreign countries in surveillance and control programs of economically significant fruit flies including the Mediterranean fruit fly (medfly) and the Mexican fruit fly. Other exotic and destructive fruit flies of immediate risk to the U.S. from Latin America and the Caribbean include West Indian fruit fly, sapote fruit fly, guava fruit fly and South American fruit fly. The identification of sources and pathways of plant pests including these fruit flies is important for formulating efficient exclusion and mitigative strategies. To further safeguard U.S. agriculture, APHIS-IS has recently implemented the International Safeguarding Information Program (ISIP) that involves the placement of safeguarding specialists overseas. The primary task of these specialists is to gather international pest information which is necessary to identify the risk potential of commodities exported to the United States. A. OBJECTIVE AND SCOPE OF WORK: To determine the probability of establishment and spread of fruit flies associated with changes in management strategies, and recommend appropriate mitigative strategies commensurate with the risk. The objective is to provide the scientific basis for the off-shore component of APHIS? fruit fly strategic plan that is currently being developed. To provide training to the new safeguarding specialists on emerging pest and disease situations and risk assessment methods for the purpose of enhancing performance and ability to gather relevant pest information that will be useful for evaluating and mitigating the threat of invasive species entry into the United States. The Contractor will be required to attend scheduled meetings at 4700 River Road, Riverdale, MD. The Contractor shall provide all labor, facilities and materials necessary for the accomplishment of this statement of work. A.TASKS: 1. Analyze the risk of the medfly associated with changes in management strategies of the MOSCAMED and other medfly programs. The assessment will be used in economic analyses in support of APHIS? fruit fly strategic plan and for budget justification of fruit fly programs. How accomplished: Review of technical literature; interviews with program managers and fruit fly experts; data gathering of domestic and international fruit fly programs; participate in meetings of the APHIS? Fruit Fly Steering Committee. NOT TO EXCEED: 210 hours. $ _____________/Hour 2. Evaluate the risk associated with the cooperative Mexican fruit fly programs. The assessment will be used in economic analyses in support of APHIS? fruit fly strategic plan and for budget justification of fruit fly programs. How accomplished: Review of technical literature; interviews with program managers; data gathering via site visits of domestic and international fruit fly programs; participate in meetings of the APHIS? Fruit Fly Steering Committee. NOT TO EXCEED: 210 hours. $ _________/Hour 3. Provide monthly updates and briefings for the Deputy Administrator, IS and/or his designee regarding risk aspects of fruit fly control and management. How accomplished: Meetings with the Deputy Administrator, IS and other IS program managers. NOT TO EXCEED: 100 hours. $ ____________/Hour 4. Develop, coordinate, and participate in training courses for the safeguarding specialists, in coordination with APHIS staff. This training will include formal classroom/workshops, on-the-job training, and site visits, including meetings with foreign government officials and other counterparts. Some training will be in groups, other training may be one-on-one with the safeguarding officer and the Contractor. The training will be provided in the Washington, D.C. metropolitan area, Central and South America, the Caribbean, southern Africa and/or other locations as needed in consultation with the Deputy Administrator, IS and/or his designee. Each training course will be approximately one week in duration. The Government will make the arrangements for the training facilities. How accomplished: Provide classroom training in the Washington DC area or travel to the safeguarding locations as listed above and/or as determined jointly with the Deputy Administrator/IS and/or his designee. NOT TO EXCEED: 380 hours. $ __________/Hour 5. Participate with APHIS staff to develop invasive species strategic plans for IS? safeguarding areas as determined by the Deputy Administrator, IS and/or his designee. How accomplished: On-site visits of safeguarding locations; interviews and coordination with IS and PPQ Headquarters, Regional and Area directors; review of technical literature, Code of Federal Regulations, etc. NOT TO EXCEED: 140 hours. $ ____________/Hour 6. Travel in accordance with Federal Travel Regulations (FTR), reimbursable up to the FTR rate. 1 LOT NOT TO EXCEED $25,000 7. Miscellaneous: equipment and supplies 1 LOT NOT TO EXCEED $1,000 D. TASKS: Tasks 1, 2 and 3 may require travel to fruit fly program sites in the U.S. and internationally, including Mexico and Guatemala. Tasks 4 and 5 will require travel to the safeguarding locations abroad (approximately 5 trips) and other locations as identified in conjunction with the Deputy Administrator, International Service (IS). All travel performed in accordance with this contract must be approved in writing before travel begins by the Program Technical Point of Contact. Contractor is responsible for their own travel arrangements including clearances, visas, immunizations, lodging and transport. The Contractor shall retain appropriate documentation of other direct costs (such as shipping and supplies). Costs will be reimbursed to the contractor in accordance with federal regulations. E. PERFORMANCE DELIVERY REQUIREMENTS: APHIS-IS reserves the right to request a meeting with the Contractor, at the beginning of the contract period, or any other time during the contract period, to review and discuss progress under the purchase order. The Contractor shall keep APHIS-IS apprised of work progress by monthly meetings, updates, and/or briefing reports. F. GOVERNMENT-FURNISHED EQUPMENT AND GOVERNMENT-FURNISHED INFORMATION: The Contractor is responsible for safeguarding any government property provided and ensure that all card keys/keys issued are not lost, misplace, or used by unauthorized persons. G. SECURITY: The Contractor shall wear a USDA-issued contractor badge at all times while working at the USDA Building located at 4700 River Rd, Riverdale, MD. The Contractor shall display the badge to security guard personnel when entering the building. H. PLACE OF PERFORMANCE: USDA Building located at 4700 River Rd, Riverdale, MD, Contractor residence, safeguarding locations abroad, and other locations as necessary. I. PERIOD OF PERFORMANCE: Tasks 1, 2, and 3 shall be completed within 12 months of the date of award, not to exceed 520 hours. Tasks 4 and 5 shall be completed within 12 months of the date of award, not to exceed 520 hours. QUOTE EVALUATION PROCESS: In accordance with FAR 13.106-2, ?Evaluation of Quotation or Offers,? The Government will evaluate quotes based upon price and other factors. The evaluation processes is designed to efficiency and minimize overly burdensome procedures. The Government will perform a series of comparisons with quotes and evaluate factors such as experience, past performance and price. The following areas will be considered in the evaluation process: 1) Technical Capability (see 52.212-1(b)(4) for additional guidance) a) Professional experience in and knowledge of the U.S. Federal programs and foreign national plant protection counterparts on fruit flies and other emerging plant pest issues; b) Experience with the U.S. Federal domestic fruit fly programs; c) Experience with risk identification, pathway analysis, and risk mitigation methods of fruit flies and other emerging plant pests; d) Experience in conducting training in pest risk assessment. Knowledge of U.S. Federal agricultural quarantine inspection methodologies and procedures, pre-clearance programs, and post-harvest quarantine treatments are highly desirable in highlighting the various aspects of Federal activities that are available for risk mitigation. e) Provide resumes of key personnel. 2) Past Performance (See 52.212-4(b)(10) for additional guidance.) 3) Price (see 52.212-1(g) for additional guidance) The combined importance of non-price related factors is considerably more important than price.
 
Place of Performance
Address: 4700 RIVER ROAD, RIVERDALE MD 20737
 
Record
SN00774511-W 20050325/050323212930 (fbodaily.com)
 
Source
FedBizOpps.gov 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.