Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2015 FBO #5108
MODIFICATION

F -- Deer Aerial Surveys

Notice Date
11/16/2015
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA - LEAD - (SPS), 1 OVERCASH AVE KO, BLDG 2 SOUTH, CHAMBERSBURG, Pennsylvania, 17201-4150, United States
 
ZIP Code
17201-4150
 
Solicitation Number
W911N2-16-T-0005
 
Archive Date
12/31/2015
 
Point of Contact
Trudy O. Alleman, Phone: 7172675874, Laura J. Buehler, Phone: 7172679617
 
E-Mail Address
trudy.o.alleman.civ@mail.mil, Laura.J.Buehler.civ@mail.mil
(trudy.o.alleman.civ@mail.mil, Laura.J.Buehler.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation shall not be issued. This is a Request for Quotation (RFQ) W911N2-16-T-0005 for a Contractor to Perform Aerial Deer Surveys at Letterkenny Army Depot as commensurate with the requirements as stated in the attached Performance Work Statement (PWS). Period of Performance: one (1) base year and (4) option years. This solicitation is be set aside for small businesses. The anticipated award shall be a Firm Fixed Price Contract; the award shall be made based on the lowest price; technically acceptable. The North American Industry Classification System (NAICS) code is 541620. The SB size standard for this code is 15 Million Dollars. The following services are required: 0001 - Survey - Provide all labor, equipment and other associated costs contributed to the Deer Survey. QTY: 1 EACH 0002 - Manpower Reporting Requirement. QTY: 1 EACH 1001 - Survey - Provide all labor, equipment and other associated costs contributed to the Deer Survey. QTY: 1 EACH 1002 - Manpower Reporting Requirement. QTY: 1 EACH 2001 - Survey - Provide all labor, equipment and other associated costs contributed to the Deer Survey. QTY: 1 EACH 2002 - Manpower Reporting Requirement. QTY: 1 EACH 3001 - Survey - Provide all labor, equipment and other associated costs contributed to the Deer Survey. QTY: 1 EACH 3002 - Manpower Reporting Requirement. QTY: 1 EACH 4001 - Survey - Provide all labor, equipment and other associated costs contributed to the Deer Survey. QTY: 1 EACH 4002 - Manpower Reporting Requirement. QTY: 1 EACH Offerors shall electronically complete FAR 52.212-3 Offeror Representation and Certification- Commercial Items at www.sam.gov. FAR 52.204-7 System for Award Management (JUL 2013) FAR 52.204-9 Personal Identity Verification of Contracting Personnel (JAN 2011) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) FAR 52.204-13 System for Award Management Maintenance (JUL 2013) FAR 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014) FAR 52.204-17 Ownership of Control of Offeror (NOV 2014) FAR 52.204-18 Commercial and Government Entity Code Maintenance (NOV 2014) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or proposed for Debarment (AUG 2013) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.212-1 Instructions to Offerors -- Commercial Items (APR 2014); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (MAR 2015) ALT 1; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2015) (DEVIATION) FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-14 Limitations on Subcontracting (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Representation (JUL 2013) FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014); FAR 52.222-26 Equal Opportunity (APR 2015); FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015); FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (JUL 2014) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) FAR 52.222-41 Service Contract Act of 1965 (MAY 2014); FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year And Option Contracts (MAY 2014) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015); FAR 52,222-55 Minimum Wages Under Executive Order 13658 (Dec 2014) FAR 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011); FAR 52.228-5 Insurance - Work on a Government Installation (JAN 1997) FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332); FAR 52.233-1 Disputes (May 2014) FAR 52.233-3 Protest after Award (AUG 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.237-1 Site Visit (APR 1984); FAR 52.242-17 Government Delay of Work (APR 1984) FAR 52.247-34 F.o.b Destination (NOV 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998); FAR 52.252-5 Authorized Deviations in Provisions (APR 1984); FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013); DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011); DFARS 252.204-7004 Alternate A, System for Award Management (FEB 2014); DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013); DFARS 252.225-7001 Buy American and Balance of Payments Program (NOV 2014); DFARS 252.232-7003 Electronic Submission of Payment Requests (JUN 2012); DFARS 252.232-7006 Wide Area Workflow Payment Instructions ( MAY 2013); DFARS 252.243-7001 Pricing Of Contract Modifications (DEC 1991); DFARS 252.247-7023 Transportation of Supplies by Sea (APR 2014) DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) Facsimile and email offers will be accepted. Point of contact for this solicitation is Trudy Alleman, 717-267-5874 FAX: 717-267-9834, e-mail Trudy.o.alleman.civ@mail.mil. IMPORTANT NOTICES: 1) RFQ submission shall be in accordance with solicitation; 2) Offerors shall be registered in the System for Award Management (SAM) to be eligible for award. 3) All Amendments, if applicable, shall be acknowledged; 4) Questions concerning this notice should be submitted in writing to the Point of Contact as indicated in this announcement; 5) Contractors who respond directly to Fed Biz Ops will not be considered responsive. 6) The closing period for questions is 25 November 2015 9:00 Eastern Standard Time. Questions received after this time and date will be answered at the sole discretion of the Government. 7) Wage Determination: No.: 1995-0222, Revision No.: 39 dated 07/08/2015 will be incorporated in any ensuing contract. Wage Determination can be viewed at http://www.wdol.gov. 8) Response Time- Request for Quotation will be accepted at Letterkenny Army Depot, Chambersburg, PA 17201 not later than 10:00 A.M. Eastern Time on 16 December 2015. All quotes must be marked with RFQ number and title and accompanied with a signed/dated copy of this combined synopsis/solicitation and all amendments. Email quotes will be accepted. Electronic funds transfer (EFT) is the method of payment. This can be established through Wide Area Work Flow (WAWF). 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 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 factors will be used to evaluate offers: Lowest Price Technically Acceptable (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) ADENDUM TO FAR 52.212-2 Technical acceptability shall be based on compliance with the required technical components identified in Attachment I. Offerors must provide sufficient information and detail to demonstrate the services offered as follows: PILOT Minimal Flying time: All Aircraft- 3,000 hours Make, model, and series to be flown on contract- 100 hours Thermal infrared imaging application in terrain typical of contract area- 50 hours Night flying- 20 hours Thermal Infrared Sensor Operator: Certified Wildlife Biologist by The Wildlife Society Minimum years of experience interpreting wildlife counts from FLIR data - 5 In addition, past performance information and capability statement shall be submitted. Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Offer shall furnish this information for at least three (3) contracts ongoing or completed within the last three years, for like or similar services, held with Department of Defense, other government agencies or private industry. (End of clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute 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 Monetary Wage-Fringe Benefits GS-11 $24.30 (End of clause) L2. AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO), or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are found at: www.amc.army.mil/amc/command_counsel/protestlink.htm. H2. INSURANCE (Fixed Price Contract) Pursuant to the requirements of FAR clause 52.228-5 Insurance-Work on a Government Installation, the contractor shall obtain and maintain at least the following kinds of insurance and minimum liability coverage during any period of contract performance: a. Workmen's Compensation and occupational disease coverage as required by law except that, if this contract is to be performed in a state which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workmen's Compensation Insurance shall extend to cover employers' liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b. Comprehensive General Liability Insurance in the minimum limit of $500,000 per occurrence for bodily injury liability. c. Comprehensive Automotive Liability Insurance with minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury, and a minimum limit of $20,000 per occurrence for property damage. L16 CONTRACTOR MANPOWER REPORTING REQUIREMENT "The office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site to capture all direct labor hours and direct labor dollars incurred by prime contractors and subcontractors required for performance of this contract. The prime contractor is required to provide the information addressed in the contractor user guide at the following web address: "https://contractormanpower.army.pentagon.mil." The required information includes Contract Number, Delivery or Task Order Number (if applicable), Direct Labor Hours, Direct Labor Dollars, Country, State, Zip Code, City or Installation of Service, Total Obligated Dollars, Total Invoiced Amount, Contractor Company Name, Contractor Point of Contact First and Last Name, Phone Number and Email Address. The Contractor agrees to include, and require inclusion of, this term in sub-contracts at any tier under this Contract (except to vendors providing goods and no services other than incidental services). NOTE: Subcontractors will not enter any contract level information, only location data to include direct labor hours, direct labor dollars and location where provided. While the Contracting Officer's Representative (COR) will normally establish the contract record at the above web address, the prime contractor may establish the record. UNIT IDENTIFICATION CODES WHICH APPLY TO LETTERKENNY ARMY DEPOT ARE AS FOLLOWS: W0H91Q Field Office IMMC W0L6AA USA Depot Letterkenny W39Z02 OSC LEAD Munitions W459AA USA TMDE Attachment 1 PERFORMANCE WORK STATEMENT (PWS) FOR Aerial Deer Surveys 1.0 General: 1.1 Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform Aerial Deer Surveys as defined in this PWS, except as specified in Paragraph 3.0 as Government Furnished. The contractor shall perform to the standards in this contract. 1.2 Background: Letterkenny Army Depot is soliciting offers to conduct five thermal infrared imaging (FLIR) surveys to determine white-tailed deer population on approximately 18,400 acres. Surveys shall be done using an aerial radiometric infrared camera. Survey aircraft are required to be equipped with properly functioning Global Positioning Systems (GPS) to assist in aircraft guidance and flight recording. Helicopter, fixed winged or drone aircraft may be used. Performing an aerial deer survey is very important in determining the abundance and distribution of white-tailed deer on Letterkenny Army Depot. LEAD's Integrated Natural Resources Management Plan requires that the wildlife on the installation be managed to ensure the long-term health, viability and productivity of the forests and natural landscapes on LEAD. White-tailed deer are perhaps the most influential wildlife species in the forest ecosystem. Through selective browsing of native plants, shrubs and trees, they influence the vegetation that grows and the health of the forest. Deer also influence other wildlife species and other forest values, and can impact their own habitat. Overabundance leads to malnutrition, disease, increased vehicular accidents, and loss of ecosystem health. Currently, the deer population is estimated through vehicular ground surveys and harvest results although the accuracy of the data is unproven at this point. Performing aerial deer surveys in the late winter for 5 consecutive years and comparing that data to our existing data would provide a more accurate baseline of the deer herd abundance and distribution. This would allow the Natural Resources Office to make more effective decisions in terms of the deer harvest to ensure a healthier ecosystem and maintain a sustainable population. 1.3 Period of Performance (POP): The Period of Performance shall be one Base Year of 12 months and four 12-month option years. The Period of Performance will be identified in the contract. 1.4 General Information: 1.4.1 Recognized Holidays: The following are recognized US holidays. The contractor shall not perform services on these days: 1.4.1.1 New Year's Day: January 1 1.4.1.2 Martin Luther King, Jr.'s Birthday: Third Monday in February 1.4.1.3 President's Day: Third Monday in February 1.4.1.4 Memorial Day: Last Monday in May 1.4.1.5 Independence Day: July 4 1.4.1.6 Labor Day: First Monday in September 1.4.1.7 Columbus Day: Second Monday in October 1.4.1.8 Veteran's Day: November 11 1.4.1.9 Thanksgiving Day: Fourth Thursday in November 1.4.1.10 Christmas Day: December 25 1.4.1.11 When an observed holiday falls on a Tuesday or Thursday, the Depot regularly schedules a closure on the corresponding Monday or Friday. 1.4.2 Place and Performance of Services: The contractor shall provide services Monday through Friday, except on recognized US holidays or when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings. Performance shall be at Letterkenny Army Depot. The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the Government facility/installation is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. All surveys will be conducted at night. 1.4.2.1. Period of Performance: The Project Start (PS) date must occur by 1 February 2016 and be completed by 31 March 2016 (base year) and corresponding option years. 1.4.3 Security Requirements: Contractor and all associated sub-contractor's employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Risk Management or Security Office. Contractor workforce shall comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. 1.4.3.1 Physical Security: The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. 1.4.3.2 OPSEC Training: Per AR 530-1, Operations Security, new contractor employees and associated sub-contractor employees shall complete Level I OPSEC training within 30 calendar days of their reporting for duty and annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training. Level 1 OPSEC training is available on the Letterkenny Army Depot homepage - www.lead.army.mil. 1.4.3.3 OPSEC SOP/Plan: The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan and provide it to the COR or the contracting officer within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer, per AR 530-1, Operations Security. This SOP/Plan shall include the government's critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it. In addition, the contractor shall identify an individual who shall be an OPSEC Coordinator. The contractor shall ensure this individual becomes OPSEC Level II certified per AR 530-1. 1.4.3.4 Classified Information: For Contracts That Require Handling or Access to Classified Information. Contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified "Confidential," "Secret," or "Top Secret" and requires contractors to comply with- (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); any revisions to DOD 5220.22-M, notice of which has been furnished to the contractor. 1.4.4 Special Qualifications: The contractor shall ensure all employees possess all required licenses for operating the required equipment used in the performance of this contract. NOTE: The Government does not provide training to contractors. Contractors shall ensure that any personnel performing under a contract are fully trained, licensed, certified and qualified for the position in which they will be serving. 1.4.5 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the KO in accordance with Federal Acquisition Regulations Subpart 42.5. The KO, Contracting Officer's Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor's performance. At these meetings, the Contacting Officer shall apprise the contractor of how the Government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government. 1.4.6 Contract Manager (CM): The contactor shall provide a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.4.7 Identification of Contractor Employees: All contact personnel attending meetings, answering Government telephones and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. The contractor shall also ensure that all documents or reports produced by contractor personnel are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.4.8 Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the KO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.4.9 Organizational Conflicts of Interest (OCI): The contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent OCIs, as defined in FAR Subpart 9.5. The contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The contractor's mitigation plan shall be determined to be acceptable solely at the discretion of the KO and in the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 2.0 Definitions and Acronyms: 2.1.1 CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2 CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government designated by the KO to monitor contractor performance. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 DELIVERABLE. Anything that can be physically delivered and includes non-manufactured things such as meeting minutes or reports. 2.1.6 KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12 WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13 WORK WEEK. Monday through Friday, unless specified otherwise. 2.2 ACRONYMS: AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DOD Department of Defense FAR Federal Acquisition Regulation KO Contracting Officer OCI Organizational Conflict of Interest ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit 3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government shall provide the facilities, equipment, materials, and/or services listed below: 3.1 Facilities: The Government shall not furnish the necessary workspace for the contractor staff to provide the support outlined in this PWS to include desk space, telephones, computers and other items necessary to maintain an office environment. 3.2 Equipment: none 3.3 Materials: none 3.4 Services: none 3.5 Utilities: none 4.0 Contractor Furnished Property, Materials, Equipment (CFP/M/E): 4.1 General: Except for those items specifically stated to be Government-Furnished in Paragraph 3.0, the contractor shall furnish everything required to perform these services as indicated in Paragraph 1.1. 5.0 Requirements: 5.1 The Contractor shall provide one Federal Aviation Administration (FAA) certified aircraft (helicopter, fixed wing or drone) equipped with GPS or equivalent system, support equipment, and personnel capable of performing a thermal infrared imaging aerial survey to provide distribution and abundance of white-tailed deer on Letterkenny Army Depot. In addition the Contactor shall provide all maintenance, support, fuel, and equipment necessary to accomplish the survey. The Contractor shall have adequate knowledge of the difference in thermal descriptions of white-tailed deer andother animals and be able to differentiate as the data is being collected. 5.2 The survey of Letterkenny Army Depot (LEAD) shall be completed between 1 February and 31 March of each year. The objective for this survey is to obtain a post-hunting season late winter count of white-tailed deer on the 18,400 acre installation. The plan is for this survey to be performed for 5 consecutive years beginning in 2016 with a survey performed each late winter through 2021. This information shall be used to manage deer by LEAD Natural Resources Management personnel. 5.3 Methods: The Contractor shall attend a pre-survey conference (via telephone or video conference if required) prior to the start of the work and after completion. Surveys shall be conducted between 1 February 2016 and 31 March 2016 with the over flights to identify the distribution and abundance of deer groups within Letterkenny Army Depot. All video be must be georeferenced. Position locations for each species group will be extracted and mapped. The data shall be provided in an ESRI Geographic Information System (GIS) compatible shapefile. 5.3.1The Contractor shall also provide a professional report describing the survey methodology used to collect the data, equipment for data collection, dates and times of data collection, and a summary on the results of findings. The report shall include the target species, number of groups per species, group sizes. All other species found during the survey will be considered anecdotal data and not considered a complete survey. All imagery collected will become property of the Government and shall be provided to the Government on CD/DVD disks. The report and shape files shall be submitted no later than one month after the survey is complete. 5.3.2 The video footage collected shall be reviewed to extract the animal group locations and map locations to the deer position and group size. The shapefiles must be compatible with ArcGIS 10 and be provided in the projection of UTM zone 17, NAD 1927 or Pennsylvania State Plane. The geo-referenced data collected will be exported to an ESRI GIS compatible shapefile. 5.4 Tasks: The survey area consists of 18,400 acres within the boundaries of LEAD located near Chambersburg, Franklin County, Pennsylvania. 5.4.1. Aircraft: Provide a fully serviced certified aircraft (helicopter, fixed wing or drone) that meets FAA requirements for safe commercial operations. 5.4.2 Pilot: Provide a properly licensed pilot with a minimum of three years of experience conducting aerial deer surveys and has more than 3,000 hours of total flight time. The pilot shall be required to provide copies of the flights logs to the Contracting Officer upon completion of the wildlife survey. The Contractor shall supply personnel who are trained in the use of GPS. The Contractor shall provide pilots that are FAA qualified to operate the aircraft specified in the bid. The Contractor must provide LEAD with a list of all pilots slated for use on the contract. Each pilot shall meet or exceed the experience minimums as the pilot in command. The Government reserves the right to approve or disapprove the pilot in command based on these minimum requirements. 5.4.3 The contractor shall notify LEAD, local 911, FAA and Chambersburg State Police prior to conducting flights over Federal lands. This notification shall occur each day that flights will occur. 5.4.4 In the event of equipment failure, the Contractor shall have all parts and equipment repaired for use by the next calendar day. Failure to repair equipment resulting in excessive delays may be reason for deductions or default of this contract. Only emergency repairs are permitted during scheduled survey hours. Routine maintenance shall be conducted only at times that will not interfere with the survey operation. Care shall be taken to prevent leakage of aviation fuels at all times. 5.4.5 Surveys shall be conducted between 1 February 2016 and 31 March 2016 (base year) and corresponding option years. Night flights are the preferred method for the survey. The weather shall be clear skies with no fog or haze is required for optimal surveying conditions. The altitude of the aircraft will fly between 600 and 1,000 feet above the Earth's surface during the survey unless otherwise approved. 5.5 CONTRACTOR MANPOWER REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, KO, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct 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 Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 6.0 Applicable Publications: Documents applicable to this Performance Work Statement are listed below as well as stated within the PWS. These documents are mandatory and the Contractor is obligated to follow them. Supplements and amendments to mandatory publications shall be considered to be in the full force and the responsibility of the Contractor. It is the Contractor's responsibility to ensure that all mandatory publications are posted and up-to-date. It is the Contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. Manuals are subject to change throughout the life of the contract. The contractor shall follow the latest addition to any regulation, pamphlet, law or memorandum. 6.2 Army Regulation and Pamphlets: All Army Regulations apply to any work performed on Depot and can be found at the following website http://www.whs.mil/library/mildoc.htm. A nonexclusive list includes AR 385-10 Army Safety Program, and AR 385-55 Prevention of Motor Vehicle Accidents. 6.3 Other Manuals: All LEAD Regulations, Pamphlets, and Memorandums apply to any work performed on Depot. A nonexclusive list includes: OSHA Part 1910- Occupational Safety and Health Standards can be found at http://www.osha.gov/index.html under Regulations / Standards. Lead Pamphlet 385-4 Requirements for Security, Safety and Fire Prevention for Contractor's Performing Work on LEAD, see Attachment 7. LEAD Regulation 385-1 LEAD Safety and Occupational Health Program, Chg 4, see Attachment 4. 6.4 Other Rules and Regulations: The Contractor shall comply with all applicable federal, state and local laws, executive orders, rules and regulations applicable to its performance under this contract. 6.5 Local Rules and Regulations: The contractors, subcontractors, suppliers and their employees shall be governed by local, state and federal Laws along with installation rules and regulations. All the installation requirements are in the current issue of the pamphlet LEAD Reg 385-4 entitled "Security, Safety, and Fire Prevention for Contractors Performing Work on Letterkenny Army Depot, Chambersburg, PA", see Attachment 5, Pamphlet 385-1 "LEAD Safety & Occupational Health Program", and any additional requirements determined necessary by the Contracting Officer shall be strictly complied with. Provisions for unescorted access into buildings are outlined in Chapter 2 of AR 190-16. PLEASE REQUEST A COPY OF THE MAP BY EMAIL TO THE CONTRACT SPECIALIST, TRUDY ALLEMAN. EMAIL ADDRESS: TRUDY.O.ALLEMAN.CIV@MAIL.MIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/73e10e3de09ddefa175ad68dce9bf1de)
 
Place of Performance
Address: Letterkenny Army Depot, 1 Overcash Avenue., Chambersburg, Pennsylvania, 17201, United States
Zip Code: 17201
 
Record
SN03947067-W 20151118/151116234731-73e10e3de09ddefa175ad68dce9bf1de (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.