COMMERCE BUSINESS DAILY ISSUE OF APRIL 19, 2001 PSA #2833
SOLICITATIONS
F -- INVERTEBRATE STUDY, FORT SILL, OK
- Notice Date
- April 17, 2001
- Contracting Office
- Directorate of Contracting, USAFACFS, Attn: ATZR-QB, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- DABT39-01-T-0062
- Response Due
- May 3, 2001
- Point of Contact
- Judy Ballew, Contract Specialist, 580-442-3404
- E-Mail Address
- To send questions to the contract specialist, click (ballewj@sill.army.mil)
- Description
- This is a combined solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Document DABT39-01-T-0062 is issued as a Request for Quotation. This acqusition is unrestricted, HOWEVER, Federal and state wildlife agencies will be given priority consideration in accordnce with the Sike's Act. The applicable NAICS code is 541690; size standard is $5.0 million. This solicitation is issued under FAR subpart 13.5, Test Program for Certain Commercial Items. Services shall be performed at Fort Sill Oklahoma. The following non-personal services are required: CLIN 0001: perform a Terrestrial Invertebrate Survey for Fort Sill, OK; CLIN 0001AA: Take samples from June through October 2001; CLIN 0001AB: Take samples from April -- May 2002; CLIN 0001AC: Provide report by 15Jan2003. PERFORMANCE WORK STATEMENT 1. Survey six taxonomical classes of terrestrial invertebrates from three grassland types (short, mixed and tall grasses) for the presence of invertebrates and provide a scientific report of all findings. This study will focus on six taxa to include: butterflies (lepidoptera), burying bettles (sylphids), grashoppers (acridids), ants (formicids), ground beetles (carabids), tiger beetles (cicendelids). Samples will be taken from June through October 2001, and April through May 2002. Sample transects and plots in each of the three habitat types will be flaged and entered on Global Positioning System (GPS). 2. Methods for sampling invertebrates will include, but not be limited to, pitfall traps, sticky traps, sweep netting and malaise traps. Specmens collected will be separated and curated (e.g., labeled, pinned and preliminarily identified) and representative specimens will be identified by taxonomic authorities. 3. The report will include the follwing sections: (1) detailed description of sample methods; (2) species list with any endangered species being identified; (3) estimates of relative abundance for each habitat sampled; (4)total extrapolated diversity estimates and statistical model liking plant diversity to invertebrate diversity; and (5) results and discussion and recommendations for future management research. 4. A draft of the report is required by January 15, 2003. The Government will return the draft to the contractor with comments and corrections within 21 days of receipt of draft. Upon final acceptance of the draft, the contractor has 30 days to provide three copies of the final report to the Government. 5. The Government will provide vehicles to reach otherwise inaccessible areas. Under FAR 22.1101 and 22.1102, this requirement is considered "professional". Therefore the Services Contract Act is not applicable. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. The following provisions and clauses apply: FAR 52.212-1, Instructions to Offerors, Commercial Items; 52.212-4, Contract Terms and Conditions, Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (Including 52.203-6, 52.219-4,52.219-8,52.219-9, 52.219-14, 52.222-21, 52,222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33; 252-212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (including 252.225-7001, 252.243-7002); 252.207-7004, Required Central Contractor Registration. The following provisions and clauses also apply: 52.252-1, Solicitation Provisions Incorporated by Reference; and 52.252-2, Clauses Incorporated by Reference. Website addresses are: www.arnet.gov/far; www.farsite.hill.af.mil; www.dtic.mil/dfars. A copy of the provision: 52.212-3, Offeror Representations and Certfications -- Commercial Items (FEB 2000) Alternate I (Oct1999) and Alternate III (Jan 1999) must be completed and submitted with the offer. Offeror shall provide DUNS number as specified in 252.204-7004, Required Central Contractor Registration. The Government will evaluate quotes in response to this request and award a contract to the responsible offeror whose offer conforming to this request, will be most advatnages to the Government, considering price, technical expertise, and other factors, within the requirements of the Sike's Act. Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). Offers are due at the Directorate of Contracting, ATZR-QB, PO Box 33501, Bldg 1803, Fort sill, OK 73503-0502, by 2:00 P.M on 3 May 01. Fax transmissions shall not be accepted.
- Record
- Loren Data Corp. 20010419/FSOL005.HTM (W-107 SN50J4D4)
| F - Natural Resources and Conservation Services Index
|
Issue Index |
Created on April 17, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|