Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2006 FBO #1539
SOLICITATION NOTICE

L -- Planning Coordinator and Technical Writer

Notice Date
2/10/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-ID IDAHO STATE OFFICE* Admin Svcs Branch 1387 S. VINNELL WAY BOISE ID 83709
 
ZIP Code
83709
 
Solicitation Number
DLQ060021
 
Response Due
2/24/2006
 
Archive Date
2/10/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
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 and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ), number DLQ060021. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. This solicitation is set-aside for small disadvantage veteran owned small business (SDVOSB), under North American Industry Classification System (NAICS) code 561320 & 561110. The small business annual receipts for the firm and its affliates, for the preceding three (3) fiscal years does not exceed the $6.5 million threshold for both NAICS. Line Item 0001 - 1 ea. Planning Coordinator/Technical Writer to work 40 hours per week, Monday through Friday, excluding Federal Holidays. Approximate term: 6 March 06 through 30 September 2006. Statement of Work Planning Coordinator/Technical Writer - Job Code Classification 29480 or equivalent. Located at the: Bureau of Land Management Jarbidge Field Office/Twin Falls District 2536 Kimberly Rd. Twin Falls, ID 83301 Description of tasks to be performed and the products to be completed. *Provides technical expertise and input to the Jarbidge Resource Management Plan (RMP) and the BLM Interdisciplinary Team *Reports project status to the RMP Team Leader and Field Office Manager, including: 1. Assist the ID Team with Scoping and associated public involvement. Scoping needs include an electronic mailing list, a briefing package, a preliminary list of issues, a schedule of public meeting, facilities in which to hold meetings, displays and other material to be presented at public meetings and news releases announcing public meetings. Much of this work will be done in association with the RMP Team Leader and Twin Falls District Public Affairs Officer. The contract employee will provide overall guidance and assistance to scoping and other public involvement. Provides guidance on analysis of public comments and specifically the identification of issues to be addressed in the planning process. The results of scoping are documented in a Scoping Report as described in the BLM Planning Handbook, Appendix F-2. 2. Data Collection. The contract employee will provide guidance to ID Team members as to which data to collect in anticipation of the data needs for the RMP. Data must be collected on the 25 resource areas/programs addressed in the planning process. Data is both tabular and spatial. Spatial data is labor intensive and requires consideration of the special needs associated with GIS. Data is needed to describe the current resource situation and as the basis for formulating alternative resource management direction for each of the 25 resources addressed in the planning process. A template will be created to track the progress of collection and formatting of all data, including spatial data, to be used in the planning process consistent with BLM Planning Handbook, Appendix G. 4. Analysis of the Management Situation (AMS). The AMS is a description of the current management situation for each of the 25 resources addressed in the planning process. It includes a description of the planning area, geographic scope, resource and program areas. For each resource or Program area the AMS usually describes the current situation, trends, forecast of anticipated changes, and key features. The document also presents current management direction and opportunities. The contract employee will orient the ID Team to the elements of the task of analyzing the management situation by topic as identified in Appendix C of the BLM Planning Handbook. Provides overall guidance to ID Team members and to individual specialists as they work on their portion of the AMS. The AMS document will be written in accordance with the guidance presented in the BLM Planning Handbook, Appendix F-3. An annotated outline for the document will be provided which will include the ID Team member assigned to each topic. 5. Formulation of Alternatives. Under NEPA and the BLM Planning Regulations the BLM must consider a reasonable range of alternatives. This range of alternatives helps the public understand the various ways of addressing the planning issues and the different scenarios for management of various resources and uses in the planning area. The contract employee will provide guidance and assistance to the ID Team in the formulation of alternatives. Guidance will be provided in the areas of the no-action alternative, issue based alternatives, the relationship of alternatives to the analysis of the management situation, goals, objectives, allowable uses, management actions, a reasonable range of alternatives, level of detail needed to describe alternative management direction, internally consistent alternatives (no internal resource conflicts), and alternatives considered but not analyzed in detail consistent with BLM Planning Handbook, III, A., 5. Formulate Alternatives. 6. Unplanned planning or environmental coordination tasks may be requested by the Field Manager. If these other tasks are outside the original scope of work and require extra funding then a written request, in advance, to the Project Officer and the Contracting Officer must be submitted and approved before performing these tasks. If these tasks would require additional funding, this request would also need to be in writing, in advance to both the Project Officer and Contracting Officer before being completed. Contract employee will require the following expertise in: Ability to work with multi-agency and interdisciplinary work groups and accomplish tasks within timelines, including: *Knowledge of NEPA and the BLM planning processes *Knowledge of the BLM resources and management objectives. *Knowledge of RMP administration, policy, procedures, documents and guidelines. *Ability to write or edit explicit, specific, comprehensive and technically accurate documents. Contract employee will receive weekly/performance checks, which will include reviewing project status reports and timelines to assure timely progress is being made toward project accomplishments. Services will be performed during a 40 hour work week, Monday through Friday, excluding Federal holidays, for the period of performance of 06 March 06 through 30 Sep 2006. Services are not anticipated to require 40 hours per week for the entire period. Overtime is authorized. A written request for overtime, must be submitted, in advance, in writing to the Project Officer, and the Contracting Officer, prior to the overtime being conducted. A funding document at that time must also be submitted to cover the cost of overtime, prior to the overtime being conducted. The Government will provide the contractor with access to a typical office environment furnished with a workstation, telephone, facsimile, copier, computer connected to the internet and local area network at the Jarbidge Field Office/Twin Falls District. The contractor will also be furnished with a Government ID/Facility Access Card. TRAVEL At times, the contractor's presence will be required in Twin Falls, Idaho or Boise, Idaho; therefore, travel is authorized. Travel must also be submitted in writing, and in advance, with a funding document to cover any travel costs incurred, to both the Project Officer and Contracting Officer. If personal vehicle is authorized the contract employee will be reimbursed with the Government Travel rates, but this must be approved by both the Project Officer and Contractng Officer. GOVERNMENT VEHICLE OPERATION If government vehicle is authorized for the occasional travel the following conditions will apply to the contractor: Government Property Management and Use: The BLM assumes no liability for any actions or activities conducted under this contract except to the extent that recourse or remedies are provided by Congress under the Federal Tort Claims Act (28 USC 1346(b), 2401(b), 2671-2680, as amended by PL 89-506, Stat.306). Use of Government Vehicle: The required use of a government vehicle will require the BLM to provide Defensive Driving Training for any contractor not yet certified with the BLM Defensive Driving Certificate. Either a current defensive driving certificate will be presented or the defensive driving training will be conducted and certified before the operation of any government vehicle. Required Insurance: The Contractor shall, at its own expense, procure and thereafter maintain Automobile Insurance. This insurance shall be required on the comprehensive form of policy and will provide bodily injury liability and property damage liability covering the operation of all vehicles, including government owned, used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. SECURITY: Homeland Security Presidential Directive-12 - Clause mandated by the Department of the Treasury Acquisition Bulletin (AB) No. 05-12 - October 26, 2005. (a) The Contractor shall comply with Treasury and Bureau Personal Identity Verification Processes (PIV), which implements Homeland Security Presidential Directive 12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standard (FIPS) 201. (b) The Contractor shall insert this provision in all subcontracts when the subcontractor is required to have physical access to a Federally controlled facility or access to a Federal information System. The Bureau of Public Dept Addendum to AB No. 05-12 Additional information regarding HSPD-12 can be located by clicking on the following link http://arc/publicdept.treas.gov/files/pdf/fsbpdapplicanttrainmodfinal.pdf In summary, this directive applies to: Physical Access: is the ability to enter a federally owned facility or federally leased space: *If federal space limited to a portion of a building then HSPD-12 applies only to That portion owned or leased by the federal government *Physical access requirements do not apply to: * Contractors needing access for less than six (6) months * Guest researchers * Volunteers * Intermittent, temporary or seasonal contractors * Contractors, as of October 27, 2005, will be subject to HSPD-12 requirements Logical Access: ability to access federal IT systems or databases - applies to everyone regardless of how long access is required and whether within a federal facility or by remote connectivity. SPECIAL CLAUSES: 52.204-9 - Personal Identity Verification of Contractor Personnel. As prescribed in 4.1301, insert the following clause: (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have physical access to a federally-controlled facility or access to a Federal information system. (End of Clause) 52.222-41 Service Contract Act of 1965, as Amended (July 2005) (41 USC 351, et seq.) 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 (Job Code - 29480) GS-11 Monetary Wage -- Fringe Benefits: 22.32 + 2.87 = $25.19 (End of Clause) The provision at 52.212-1, Instructions to Offerors-Commercial Items is applicable. The provision at 52,212-2, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on price and past performance in decending order of importance. Past performance will be based on the Contracting Officer's knowledge, contacting provided references, and other reasonable sources. Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable, and the following additional FAR clauses cited in the clause are applicable: 52.204-06, 52.204-07, 52.211-05, 52.219-06, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-03 Alt. 1, 52.223-06, 52.232-33, 52.232-36, 52.246-02. Contractors are required to register or update their registration at the Central Contractor Registration website at www.ccr.gov. The registration is required to receive contract award and will facilitate payment. Offers are due at the above office by close of business, 14:30 MST, 24 February 2006. For additional information contact Linda J. Pitzer, Contracting Officer at (208) 373-3912. Quotes will be accepted by either fax at (208) 373-3915, or email at Linda_Pitzer@blm.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1052071)
 
Place of Performance
Address: Bureau of Land Manangement Jarbidge Field Office/Twin Falls District 2536 Kimberly Rd. Twin Falls, ID 83301
Zip Code: 83301
Country: USA
 
Record
SN00986175-W 20060212/060210215249 (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.