SOLICITATION NOTICE
B -- B--Agricultural Water Savings Pilot Study and Consult
- Notice Date
- 8/31/2020 11:17:07 AM
- Notice Type
- Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
- ZIP Code
- 89005
- Solicitation Number
- 140R3020Q0075
- Response Due
- 9/3/2020 12:00:00 AM
- Archive Date
- 09/18/2020
- Point of Contact
- Broadnax, Kevin
- E-Mail Address
-
kbroadnax@usbr.gov
(kbroadnax@usbr.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 140R3020Q0075 - Agricultural Water Savings Pilot Study and Consultation, Lower Colorado River Basin Combined Synopsis/Solicitation (i) 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. (ii) To facilitate electronic quote submissions through beta.SAM Contract Opportunities, a request for quote (RFQ No. 140R3020Q0075) is being issued subsequent to this combined synopsis/solicitation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2020-08. (iv) This requirement is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is: 541620 for �Environmental Consulting Services�. The small business size standard for NAICS Code 541620 is $16.5 Million. (v) Line item 00010 - 1 Lump Sum, Agricultural Water Savings Pilot Study and Consultation (See Attachment 2 - Price Schedule) The Performance Work Statement (PWS) provides more detailed information about the requirement and is attached to the RFQ. (vi) The Bureau of Reclamation has a requirement to acquire consultant services to work collaboratively with a diversity of stakeholders to explore the current methods that are used to quantify certain agricultural water conservation activities in the Lower Colorado River Basin (Lower Basin), including the relationship of those methods to the quantification of Lower Basin consumptive use consistent with Lower Basin water management and accounting, and to recommend approaches to improve agricultural water conservation quantification methods.. (vii) Work shall begin on or about September 18, 2020. All work shall be completed by January 4, 2021. Work shall be completed at various locations along the Lower Colorado River Basin. THE FOLLOWING CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items. ADDENDUM: This addendum replaces the term ""offer"" with ""quote"" within the provision at 52.212-1 In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each offeror shall submit a quote in accordance with the instructions contained in this provision. (1) Offer shall complete and submit ""Attachment 2 - Price Schedule"" for the services described in ""Attachment 1 - Performance Work Statement (PWS)"". Pricing should be submitted on Attachment 2, or in the same format. (All documents are attached to the RFQ.) (2) Submit the following information: (a) Unique Entity Identifier (UEI): ______________ (b) Contractor E-mail Address: ______________________________ (3) Relevant Experience, Knowledge, Technical Approach and Past Performance Information Requested: (a) Relevant Experience: Submit resume(s) of key personnel that show relevant experience with water management and water conservation quantification methods and other requirements referenced in FAR provision 52.212-2(a)(i), below. (b) Knowledge: Reference FAR provision 52.212-2(a)(ii), below. (c) Technical Approach: Describe the approach proposed to accomplish all items (especially tasks and milestones) stated in the PWS, including a detailed study plan, description of documentation processes, work breakdown structure, methods for executing work, resources descriptions and quantities, personnel hours, and an updated schedule or one that confirms to the existing schedule in the PWS. The technical approach shall also include a description of any and all techniques or methods that will be used under this contract, including the ability to synthesize large amounts of complex technical information into concise documents that are useful to technical and non-technical audiences. Reference FAR provision 52.212-2(a)(iii), below. (d) Past Performance Questionnaire (PPQ): 1) Offerors shall have their references complete and submit a copy of Attachment 4 - PPQ. PPQ must be submitted directly from your reference to the contracting office via email to Ms. Jennalyn Schilke at jschilke@usbr.gov. Reference FAR provision 52.212-2(a)(iv), below. 2) It is the Offerors responsibility to ensure that at least three (3) different references submit past performance questionnaires prior to the quotation due date. PPQs provided directly from the offeror may not be considered. NOTE: An offeror without relevant past performance, or for whom information on past performance is not available, will be given a Neutral rating, and will not be evaluated favorably or unfavorably. This rating is neither negative nor positive. Neutral is merely indicative of a lack of prior performance. Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Contractor Performance Assessment Reporting System (CPARS) database located at http://www.cpars.gov is one of the sources that will be utilized. (ix) FAR provision 52.212-2, Evaluation - Commercial Items. Determination of award will be based on a responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Relevant Experience - Especially experience in: (A) quantifying water conservation methods in irrigated agriculture with specific emphasis on seasonal fallowing, deficit irrigation, alternative cropping and irrigation conversion; and (B) understanding and evaluating common and novel agricultural water use and conservation practices across a wide range of physical (e.g., weather, soil structure, crop type, etc.) and administrative conditions (e.g., legal limitations, data limitations) within the Lower Colorado River Basin institutional water management structure. (ii) Knowledge - Especially knowledge of: (A) Reclamation's annual Colorado ""River Accounting and Water Use Report"" and experience quantifying the consumptive use of conservation actions for inclusion in the Report; and (B) the reference documents referenced in Attachment 1 - PWS, Section 2.0, including the institutions, processes and stakeholder relationships that were developed to create them. (iii) Technical Approach - Especially in regard to the tasks, milestones and performance schedule referenced in Attachment 1 - PWS. (iv) Past Performance - Three (3) or more PPQs with positive ratings are received from quoter's references. (v) Price - All proposed prices will be reviewed for price reasonableness and any instances of unbalanced pricing. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Offerors are advised include with their offer, a completed copy of the provision 52.212-3, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following additional FAR clauses cited in this clause are applicable to the acquisition: *52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUNE 2020), WITH ALTERNATE I (OCT 1995) *52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUN 2020) *52.209-6, PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT. (JUN 2020) *52.219-14, DEVIATION, LIMITATIONS ON SUBCONTRACTING (DEVIATION 2019-01) (JUL 2019) *52.219-6, DEVIATION, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEVIATION 2019-01) (MAR 2020) *52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2018) *52.219-13, NOTICE OF SET-ASIDE OF ORDERS (MAR 2020) *52.219-14, LIMITATIONS ON SUBCONTRACTING (MAR 2020) *52.219-28, POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION *52.222-3, CONVICT LABOR (JUN 2003) *52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) *52.222-26, EQUAL OPPORTUNITY (SEP 2016) *52.222-35, EQUAL OPPORTUNITY FOR VETERANS (JUN 2020) *52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020) *52.222-37, EMPLOYMENT REPORTS ON VETERANS (JUN 2020) *52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) *52.222-50, COMBATING TRAFFICKING IN PERSONS (JAN 2019) *52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (OCT 2015) *52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020) *52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) *52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (OCT2018) *52.222-41, SERVICE CONTRACT LABOR STANDARDS (AUG 2018) *52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) *52.222-44, FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT LABOR STANDARDS-PRICE ADJUSTMENT (MAY 2014) *52.222-55, MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 (DEC 2015) *52.222-62, PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2017) (xiii) Additional contract requirements include the following clauses and provisions: *CLAUSES* *52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) *52.204-4, PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) *52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) *52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) *52.242-15, STOP-WORK ORDER (AUG 1989) *52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) *DOI-AAAP-0028, ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) APR 2013) *DOI-AAAP-0050, CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (DEC 2015) *1452.201-70, AUTHORITIES AND DELEGATIONS (SEP 2011) *WBR 1452.201-80, CONTRACTING OFFICER'S REPRESENTATIVE'S AUTHORITIES AND LIMITATIONS--BUREAU OF RECLAMATION (MAY 2018) *WBR 1452.208-80, VISUAL IDENTITY REQUIREMENTS--BUREAU OF RECLAMATION (JUN 2020) *PROVISIONS* *52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) *52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020) *52.209-5, CERTIFICATION REGARDING RESPONSIBILITY MATTERS (OCT 2015) 852.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) *52.252-5, AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) *1452.215-71, USE AND DISCLOSURE OF PROPOSAL INFORMATION--DEPARTMENT OF THE INTERIOR (APR 1984) *WBR 1452.225-82, NOTICE OF WORLD TRADE ORGANIZATION GOVERNMENT PROCUREMENT AGREEMENT EVALUATIONS--BUREAU OF RECLAMATION (MAY 2005) *QUOTE SUBMISSION INSTRUCTIONS (see info in paragraph (vii) of this synopsis) (xiv) Not Applicable (xv) All questions shall be submitted via email to jschilke@usbr.gov no later than August 20, 2020, local time. Quotes are due August 31, 2020, by 9:00 A.M., local time. Responsible offerors are requested to submit a quote for this requirement. Quotes shall be submitted via email to jschilke@usbr.gov. (xvi) The Point of Contact for this solicitation is Ms. Jennalyn Schilke and may be reached via e-mail at jschilke@usbr.gov, or by phone at 702-293-8030.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1e09c8528e924897bccb231916ec872f/view)
- Record
- SN05780004-F 20200902/200831230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |