SOLICITATION NOTICE
F -- Provide surveys for new Red-cockaded woodpecker (RCW) cavity trees, new RCW start trees and pine flattop trees Fort Bragg, North Carolina.
- Notice Date
- 3/11/2008
- Notice Type
- Solicitation Notice
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- W91247-08-R-0009
- Response Due
- 3/21/2008
- Archive Date
- 5/20/2008
- Point of Contact
- LaTanya Johnson, 910-396-3916
- E-Mail Address
-
Email your questions to ACA, Fort Bragg
(latanya.e.johnson@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTE 1. 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; qu otes are being requested and a written solicitation will not be issued. Solicitation number is W91247-08-R-0009, and must be referenced in all correspondence. This RFQ is set-aside for small businesses and the applicable North American Industry Classifica tion System NAICS code is 541620 with a size standard of $6.5 million. The anticipated period of performance is 1 April 2008 through 31 March 2009, with four (4) one-year option periods. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 effective 28 February 2008. It will be the responsibility of the contractor to check the Army Single Face to Industry website: https://acquisition.army.mil/asfi or Fed BizOps website at http://w ww.fbo.gov, for any changes/updates to the RFQ. No hard copies will be issued.?Questions must be submitted by March 17, 2008 via email to latanya.e.johnson@us.army.mil. All quotes are due March 21, 2008 at 3:00 PM EDT. Quotes may be e-mailed to latanya.e.j ohnson@us.army.mil or faxed to 910-396-5603. PERFORMANCE WORK STATEMENT: SCOPE OF WORK: 1. OBJECTIVES This scope of work describes surveys for new Red-cockaded woodpecker (RCW) cavity trees, new RCW start trees and pine flatt op trees. For the purpose of this contract flattop pine is synonymous with old growth pine. Old growth pine on Fort Bragg exists as scattered individual trees on uplands and individual or small groups of pines located in low lying areas or drains. Old g rowth pines usually, but not always, have a large diameter, many have been boxed for resin production, may have 1 or more red-heart fungus conchs on the bowl, and virtually all have very large, often deformed branches. These pines usually, but not always, have a flat-topped appearance and are at least 150-175 years old. This work is required to satisfy the Management Guidelines for the RCW on Army Installations. 2. LOCATIONS AND DESCRIPTION OF SURVEY AREA Approximately 22,000 acres are to be sur veyed during the base year and the three sequential option years, and 17,000 acres in the 4th option year. The location for the base year acres consists of the area bounded by Southern Pines road, Sicily drop zone, Longstreet Rd. and the Little River. Th e first option period area consists of southwestern Fort Bragg bounded by Raeford/Vass Rd. on the east, McPherson danger area on the north, and the west and south boundary of Fort Bragg. The second option period area will consist of the Northern Training A rea (NTA 1-8). The location for the third option period consist the area bounded by Sicily drop zone, the main cantonment area, and Raeford/Vass Rd, excluding Coleman and MacRidge danger zone. The fourth option period area consists of the Northeastern T raining Area, the Main Cantonment area, and Camp Mackall. Only 4,600 acres will be required for survey of longleaf pine flattop trees without cavities. The specific mapped areas, to be surveyed during the base period, will be provided by the Endangered S pecies Branch (ESB) after contract award. TIMBERING OPERATIONS ACREAGE TO BE SURVEYED. During the length of the contract, the government reserves to right to request areas to be surveyed ahead of all Timber Stand Improvements (TSI), Conversion Areas, P roject Operations, and Insect Infestation Areas. The survey for RCW cavity/start trees satisfies the requirements of DA RCW Management Guidelines, ESMP, and RCW Recovery Plan. The acreage will not exceed 3,000 acres for the base year or sequential optio ns years. The government will require the contractor to begin surveying in the substituted area(s) no more than 2 weeks following written notification from the Project Manager. Written verification of oral requests for surveying of timber operation acreage shall be confirmed via electronic mail or facsimile by the Project Manager. In no case shall the total contract acreage exceed the above base period and opt ion period acres as a result of Government substitution of acreage to be surveyed. 3. TASKS TO BE COMPLETED BY THE CONTRACTOR Task 1. Survey for new RCW cavity trees on approximately 22,000 acres per year during the base year and the three se quential option years, and 17,000 acres in the 4th option year. Identify the location as described in item 5. Task 2. Survey for new RCW start trees on approximately the same acreage as task 1. Identify the location as described in item 5. Task 3 . Survey for new RCW cavity/start trees on timbering project areas, NTE 3,000 acres per contract year. Identify the location as described in item 5. Task 4. Survey for pine trees with flattops or old growth characteristics on approximately 4,600 acre s. Place a metal numbered tag on the tree and identify the location as described in item 5. 4. QUALIFICATIONS Qualifications for people conducting the survey and their supervisors are as follows. Education must include a Bachelor of Science d egree in wildlife management from an accredited college and be qualified RCW biologist. Experience must include nest checks, banding nestlings, capture and banding adults, and fledgling follows, habitat assessment, and habitat restoration. Surveyors must be able to identify native pine trees by species, identify flattop pines, and cat face, box cut or other scars. Experience must include a minimum six months surveying for and finding RCW cavity and start trees. Contractor must have experience within the Sandhills region and the Longleaf pine and Wiregrass ecosystem of North Carolina. Contractor must ensure surveyors meet minimum qualifications and have experience surveying for RCW cavities/starts. The bidder must submit resumes to insure the minimum qu alifications and educational requirements for the surveyors and wildlife management specialists conducting the survey at the pre-work conference. 5. METHODS 5.1 Trees shall be surveyed for along transect lines space no further than 200 apart. Terrain and density of vegetation will vary among areas. Transects may need to be established closer together where necessitated by poor visibility due to terrain or density of vegetation. Transects shall be covered by foot only. 5.2 All cavity/start trees found shall be marked with two pink flagging bands tied around the tree and location determined using Global Positioning System equipment. The location of all trees found, shall be recorded in Universal Transverse Mercator (UTM) grid coordinates. Datum is 1983 North American, zone 17N. Accuracy of tree locations must be + or 3 meters. Manufacturer documentation of equipment accuracy used to locate trees shall be produced upon request. Data recorded for each tree found shall include attributes listed in paragraph 7, Deliverables. 5.3 All flattop pine trees found shall be marked with one pink flagging band tied around the tree and location determined using Global Positioning System equipment. The location of all trees found, shall be recorde d in Universal Transverse Mercator (UTM) grid coordinates. Datum is 1983 North American, zone 17N. Accuracy of tree locations must be + or 3 meters. Manufacturer documentation of equipment accuracy used to locate trees shall be produced upon request. An aluminum metal tree tag shall be attached to each pine flattop tree recorded. Tags will be supplied by the government. Data recorded for each tree found shall include attributes listed in paragraph 7, Deliverables. 5.4 Survey pace may slow during the nesting season of April and May. Since nesting season occurs during most of the third quarter, contractor will be required to adjust his schedule prior to April 15 of each year to complete the required amount of surveys for that year. 5.5 In general, the contractor can plan to have access to all of the approximate 30,000 acres are to be surveyed during the base year and 1st option year. However, the se areas are all training areas and some may be committed to training that may prevent surveying at any particular time. To facilitate access to areas, the contractor will provide ESB with areas they expect to survey in the next two weeks every two weeks as they submit the data required by Paragraph 7, below. ESB will advise the contractor as soon as possible if any areas covered by this contract will be unavailable due to training, with particular focus on the areas the contractor advised they were to s urvey during that time period. The goal is for the contractor to shift areas to be surveyed when necessary to keep a steady pace and not fall behind schedule. 6. GOVERNMENT FURNISHED MATERIALS. Numbered tree tags. Road map of Fort Bragg. Approx. 1:50,000 Paper copies of year 2000 or newer aerial photos. Approx. 1:16,000 The Road map and aerial photos are subdivided and placed in a 3 ring binder. Both sets of maps include GIS layers showing firebreak numbers, major road names, exist ing clusters, and existing cavity tree locations. A sufficient number of tree tags and one set of road maps and aerial photos will be provided at the Pre-work conference after contract award. 7. DELIVERABLES Two data bases shall be deli vered bimonthly, each containing records of trees found since the previous submittal. The first database shall contain the new cavity/start tree (tasks 1 and 2) records with the following attributes in order from left to right on the table: Tree species, stage of cavity or start (sub-start, start, adv start, rec compl, or complete), obvious flattop (yes or no), bole scars (cat face, box cut, or other), Grid coordinates, and comments The second database shall contain the old growth/flattop tree (task 3) r ecords with the following attributes in order from left to right on the table: tag number, tree species, cat face (yes or no), box cut (yes or no), or other scar (yes or no), obvious flattop (yes or no) grid coordinates , and comments. Both databases shal l be delivered electronically, using Microsoft EXCEL software or compatible database, to the ESB office bimonthly. No later than two weeks following completion of the base period and option period one, both databases shall be delivered to ESB on CD discs. Each database shall contain all records with attributes listed above of trees found within the 30,000 acres surveyed during each of the base period and option one. Progression report status shall be delivered or faxed bi-monthly on government furnished copies of the Fort Bragg road map to the ESB illustrating area surveyed since the previous progress report. All unused tree tags shall be returned to the ESB office no later than two weeks following completion of option period one. The ESB Fax is 432-7 776. E-mail delivery address will be supplied following contract award. 8. CONTRACTOR MANPOWER REPORTING The Secretary of the Army affected an initiative to obtain better visibility of contractor services workforce. In support of the ini tiative, the Office of the Assistant Secretary of the Army, Manpower and Reserve Affairs, implemented a process to capture information on funding source, contracting vehicle, organization supported, mission and function performed, and labor hours and costs for contracted efforts. 8.1. To support the initiative, all contractors holding service contracts are required to report certain information. Contractors will report information via a Contracting Manpower Report (CMR). The Office of the Assist ant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The required information includes the following data elements: a. Contracting Office, Contracting Officer, Contracting Officers Technical Representative ; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data;< BR> e. Estimated direct labor hours (including sub-contractors); f. Estimated direct labor dollars paid this reporting period (including sub-contractors); g. Total payments (including sub-contractors); h. Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code (U IC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); k. Locations where contractor and sub-contractors perform the work (specifie d by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); l. Presence of deployment or contingency contract language; and m. Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. 8.2. The Reporting Perio d will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year. Contractors must report the information by 31 October of each calendar year. Contractors will report the required information to the CMR Syste m. Data may be entered into the CMR system at any time during the contracts period of performance; however, data must be accurate and complete and entered into CMR during the data gathering period of 1 October through 30 September for every year, or part of a year, for which the contract is in force. The CMR System web address is as follows: https://contractormanpower.army.pentagon.mil. Contractors may direct questions to the help desk at 703-377-6199. 8.3. Contractors may use a direct Extensib le Markup Language (XML) data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries fo r each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the web site. 8.4. Contracting Officers Representative. The Contracting Officers Representative shall ensure that contractor s report the required information, as set forth in the COR appointment letter and surveillance plan.
- Web Link
-
http://www.bragg.army.mil/DOC/
(http://www.bragg.army.mil/DOC/)
- Place of Performance
- Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
- Zip Code: 28310-5000
- Country: US
- Zip Code: 28310-5000
- Record
- SN01529585-W 20080313/080311224610 (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 |