MODIFICATION
F -- Amendment 0002 - Design of Four (4) Fish Barriers in Yellowstone National Park
- Notice Date
- 9/7/2011
- Notice Type
- Modification/Amendment
- Contracting Office
- IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1580110321
- Archive Date
- 9/6/2012
- Point of Contact
- Stacy L. Vallie Contracting Officer 3073442076 stacy_vallie@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation No. Q1580110321Amendment 0001September 7, 2011 Project Title: Design of Four (4) Fish Barriers in Yellowstone National Park Description of Changes: This amendment serves to clarify and add information to the Statement of Work and to add evaluation factors for Solicitation Q1580110321 as follows: Section 1: The site visit offered on September 14, is an optional visit for offered to contractors to help to provide site information prior to submitting proposals. The site visit referred to in Task 1: Reconnaissance & Survey, is a requirement of the successful offeror. Section 2: An additional sentence is hereby added to the Topographic Survey under Task 1 in the Statement of Work as follows: "Results of the survey must be summarized in a civil3D 2011 format Digital Terrain Model (DTM)." Section 3: Evaluation Factors for Award are now as follows: (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 factors and subfactors shall be used to evaluate offers: Technical Factors 1) Company Regional Experience Furnish a list of Federal, State, or local government or commercial projects similar in scope, complexity, and magnitude to the work required under this solicitation meeting the requirements of the specification completed by the offeror within the last 5 years, which clearly demonstrate ability to successfully accomplish projects in a timely manner, utilize resources and work with project owners. Similar scope, complexity and magnitude is defined as:(1) Evidence that Company has previously visited the Yellowstone National Park region;(2) Have designed fish barriers that completely exclude upstream passage or salmonid fishes in streams in the Intermountain West;(3) Have designed projects that consider construction feasibility and aesthetic compatibility in ecologically sensitive areas such as national parks, wilderness areas, or similar areas;(4) Have designed projects that consider logistical construction limitations (limited mechanization, material transportation restrictions, etc.) presented by working in remote, backcountry locations; and,(5) Demonstrate the ability to safely perform field operations under the conditions (inclement weather, steep terrain, etc) and given the hazards (wildlife) present in the Yellowstone region. The description of work should include types of equipment used, accident prevention measures implemented, and supporting details which indicate similarities to those tasks identified in the solicitation. Provide the following information for each project:(1) Name of project.(2) Description of work, including target species(3) Contract number and type of data collected.(4) Name and address of the acquiring Government agency or commercial customer.(5) Initial contract amount and final contract amount.(6) Any problems encountered in performance of the work and corrective action(s) taken.(7) Name(s), telephone number(s), e-mail addresses of references from the acquiring customer who may be contacted for further information. References with incorrect or missing phone numbers, contact names, or e-mails may not be evaluated, potentially resulting in a less favorable rating of the offerors proposal. In addition to the past performance information submitted by the offeror, the Government may obtain past performance information from other Federal or State agencies. 2) Fish Barrier Design Methodology Provide the following information: a) Fish Barrier Site Selection and Survey Describe methods and techniques used in selecting potential fish barrier sites and topographic survey of sites following selection; include survey resolution and programs used to model survey results. b) Conceptual Design and Hydraulic Modeling of Fish Barriers- Describe methods and techniques used in producing conceptual design of potential fish barriers that considers site morphology, fish exclusion requirements, and customer specified design constraints (location logistics, aesthetic requirements, etc.); include experience modeling conceptual designs using hydraulic modeling software. c) Fish Barrier Construction Cost Estimation- Describe methods and techniques used in producing accurate preliminary cost estimation for potential fish barrier construction projects. d) Reporting- Describe methods and techniques used in preparing reports and products (topographic and hydraulic data and models) that meet industry standard and are transferable from the preliminary/conceptual design phase to the engineering construction phase; also reports and products that can be readily understood by non-technical persons. e) Schedule - Submit a schedule (bar chart) for completing the entire project in accordance with the timeframes identified in the specifications. 3) Past Performance The reference information provided under company experience in Paragraph 1 above will be used to determine past performance. 4) Key PersonnelFurnish resume information, which includes previous jobsite responsibilities on major contracts or subcontracts, for all individuals who will occupy the key planning and field leadership functions on this project. At a minimum, key personnel include the Project Manager, Lead Boat Operator and all other key staff who will oversee the major tasks involved. Resume information furnished shall be limited to three pages per individual, and shall, at a minimum, contain the following: Name and tasks to be assigned, educational background, qualifying experience covering at least the last eight years to include the following:(1) Project name, location, period of performance on worksite.(2) Description of primary project feature(s).(3) Name, address, and telephone number of point of contact for project owner.(4) Name, address, and telephone number of job supervisor.(5) Position(s) occupied on each assignment and time assigned to each position, including current position(s).(6) Description of duties and responsibilities for each position occupied.(7) Professional registrations, licenses, certifications, accomplishments, or other pertinent information that demonstrates their suitability for the work assigned to them. 5) Safetya. Workers Compensation Experience Modification Rate (EMR)Submit an EMR for the last three years. EMR shall be certified in writing by the insurance carrier or State Compensation Office. An EMR shall be submitted for each company as a whole, unless insurance is purchased separately for an identifiable unit within the company (i.e. division level). In this case, the EMR should be provided for the unit accomplishing the work under the project. If applicable, Joint Ventures shall submit an EMR for each of the joint venture partners. The evaluated EMR will be weighed on the basis of the percentage of work to be performed by each partner. If the partner has not been in business for three years (and does not have an EMR rate), submit a statement to that effect. b. OSHA Total Incident Rates Submit Total Incident Rates for the last three years. c. Submit OSHA Days Away, Restricted or Transfer (DART) Rates for the last three years. Failure to submit an EMR, Total Incident Rate or Citation Information (where citations have been issued) may result in a lower rating. In the evaluation of proposals, all evaluation factors other than cost or price (listed in this provision), when combined, are considered to be significantly more important than cost or price. The relative importance to be placed on the factors in relation to each other is contained below. However, the degree of importance of cost or price may increase with the degree of non-cost or non-price equality between the proposals. If a proposal is determined by the Contracting Officer to be "technically unacceptable" as a result of evaluating all factors other than cost or price, the proposal may be rejected from further consideration. The Contracting Officer reserves the right to make award to other than the technically-acceptable offeror with the lowest cost/price proposal if it is determined that the technical benefits of another offeror's proposal justify its higher cost/price. The Contracting Officer also reserves the right to make award to a lower-cost/price, lower-scored offeror if it is determined that the cost/price premium involved in awarding to a higher-rated, highercost/ price offeror is not justified. Pursuant to FAR 15.305, a cost or price evaluation may be performed to determine the reasonableness of costs or prices proposed and the offeror's understanding of, and ability to perform, the prospective contract. (a) The relative importance of the factors listed above is as follows: 1. Company Regional Experience 2. Lake trout removal operations and methodology with gill net experience used to qualify for the gillnetting portion of the bid and trap net experience used to qualify for the trap netting portion of the bid only. 3. Past Performance 4. Key Personnel 5. Safety Factors 1 and 2, which are equal, are more important than Factors 3 through 5, which are relatively equal to each other. The 5 nonprice factors, when combined, are significantly more important than price. (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. Offers must acknowledge receipt of this amendment and all other amendments prior to the hour and date specified in the solicitation or as amended by one of the following methods: 1) Signing and dating this amendment and returning with offer; 2) By acknowledging receipt of this amendment on each copy of the offer submitted; or 3) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT INREJECTION OF YOUR OFFER. If by virtue of the amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. Third Party: If you have given a copy of this Solicitation to someone else, please forward this amendment accordingly.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1580110321/listing.html)
- Place of Performance
- Address: Yellowstone National Park, Wyoming 82190
- Zip Code: 821900168
- Zip Code: 821900168
- Record
- SN02564963-W 20110909/110907235046-26726a94812275df6914d838548315fd (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 |