COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 12, 2001 PSA #2934
SOLICITATIONS
B -- ENVIRONMENTAL ASSESSMENT
- Notice Date
- September 10, 2001
- Contracting Office
- Nez Perce National Forest, Route 2 Box 475, Grangeville, ID 83530
- ZIP Code
- 83530
- Solicitation Number
- RFQ R1-17-01-031
- Response Due
- September 20, 2001
- Point of Contact
- Contracting 208 983-1950, Ext 4174
- Description
- ENVIRONMENTAL ASSESSMENT on the Nez Perce National Forest, Idaho County, Idaho. Work includes preparation of an environmental assessment for the replacement of a single lane bridge across Elkhorn Creek on Forest Development Road Number 1614. Project requires a draft environmental assessment (EA) for internal review by the Forest Service and partner agencies, making appropriate revisions according to review comments, and submittal of a camera-ready EA. Contractor shall also facilitate public meetings, analyze public comments on the project, prepare the Findings of No Significant Impact (FONSI), identify other regulatory requirements, prepare a biological evaluation per USFS management guidelines and prepare a biological assessment as per Section 7 of the Endangered Species Act, if needed. Contractor will perform all necessary technical analyses, edit the documents, prepare graphics, and provide camera-ready and electronic formatted products for public distribution and review. A meeting will be held after the completion of each Line Item in the bid schedule. All work shall be technically and legally defensible and in full compliance with the requirements of the National Environmental Policy Act of 1969, as amended; the Council on Environmental Quality Regulations (40 CFR 1500-1508); and the USFS Environmental Policy and Procedures Handbook (FSH 1909.15) and Manual (FSM 1900, Chapter 1950) and all other applicable laws and regulations. In addition, the environmental assessment should be consistent with the document outline, presented as Attachment A and discussed in the content section of this statement of work. Also included in this statement for work is communication and coordination activities such as conference calls and product review meetings with the US Forest Service and partner agencies as required by the Forest Service to facilitate project progress and completion unless waived by the Contracting Officer's Representative. Location of Project: This project consists of the replacement of a single span, single lane bridge on Forest Development Road #1614 across Elkhorn Creek with a two lane single span bridge. Project is located on the Salmon River RD approximately 14 miles easterly of Riggins, Idaho in Section 21, T.24N., R.3.E., B.M., and can be reached by traveling easterly from Riggins via Forest Development #Road 233 also County Road #172A to milepost 14.5. The EA to be prepared under this statement of work will assess the impacts of the proposal and alternatives. Forest Service anticipates implementing the selected action during 2002. The contractor will coordinate with designated points of contact at the Nez Perce NF Headquarters Office. Relevant source materials will be reviewed to develop a clear understanding of the project and associated issues. Data gaps will be identified and brought to the attention of the U.S. Forest Service on the Nez Perce National Forest, Idaho County, Idaho as soon as possible in the process. Contract time is 360 days, starting late September 2001. 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. RFQ R1-17-01-031 is issued as a Request For Quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. North American Industry Classification Systems Code is 115310 and the small business size standard is $5.0 million. PAY ITEM NUMBER 1a Wildlife Biological Opinion: PAY UNIT, Hour: **EST QUANTITY, $_______: UNIT PRICE, $______: LUMP SUM NOT TO EXCEED, $1,500.00: PAY ITEM NUMBER 1b Fish Biological Opinion: PAY UNIT, Hour: **EST QUANTITY, $_______: UNIT PRICE, $______: LUMP SUM NOT TO EXCEED, $1,500.00: PAY ITEM NUMBER 1c Plant Biological Opinion: PAY UNIT, Hour: **EST QUANTITY, $_______: UNIT PRICE, $______: LUMP SUM NOT TO EXCEED, $500.00: PAY ITEM NUMBER 1d State SHPO Clearance: PAY UNIT, Hour: **EST QUANTITY, $_______: UNIT PRICE, $______: LUMP SUM NOT TO EXCEED, $2,000.00: PAY ITEM NUMBER 1e Hydrological Review: PAY UNIT, Hour: **EST QUANTITY, $_______: UNIT PRICE, $______: LUMP SUM NOT TO EXCEED, $500.00: PAY ITEM NUMBER 1f Consultation Letters: PAY UNIT, Each: **EST QUANTITY, 1: UNIT PRICE, $______: AMOUNT BID, $_______: PAY ITEM NUMBER 1g Decision Document (Draft): PAY UNIT, Each: **EST QUANTITY, 1: UNIT PRICE, $______: AMOUNT BID, $_______: PAY ITEM NUMBER 1f Decision Document (Final): PAY UNIT, Each: **EST QUANTITY, 1: UNIT PRICE, $______: AMOUNT BID, $_______: -- -- TOTAL BID $____________. Sub-Items 1a through 1e are actual quantity items. **THE BIDDER NEEDS TO SHOW ESTIMATED HOURS,IN THE EST QUANTITY BLANKS, REQUIRED TO COMPLETE THE SUB-ITEM AND THE HOURLY RATES USED TO ARRIVE AT LUMP SUM NOT TO EXCEED AMOUNTS. Should the hourly time required by the specialist to complete the sub-item not require the total Lump Sum Not To Exceed amount, the amount would be reduced to the actual cost. The COR will monitor the specialist time to verify hours required. Hours in excess of the NOT TO EXCEED amounts will require approval of the Contracting Officer. Other details such as Government Furnished Property, Delivery Schedule, Product Acceptance Criteria, Environmental Assessment Content and Attachment A -- Environmental Assessment Outline are available on request at 208 983-1950 Ext. 4174. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation Commercial Items apply to this solicitation. Evaluation criteria for contractor selection are: 1) RECORD OF PAST PERFORMANCE, 2) PRICE, 3) CAPABILITY TO COMPLETE THE ITEMS REQUIRED AND 4) QUALIFIED PERSONNEL WHO WILL B E ASSIGNED TO THE PROJECT. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this solicitation. Waage Determination No. 1994-2159, Revision No. 16, dated 02/16/2001, 8 pages applies to this solicitation. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items apply to this acquisition. The FAR Clauses cited in FAR 52.212-5 (b) that are applicable to this solicitation are: 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration. The FAR Clause cited in FAR 52.212-5 (c) that is applicable to this solicitation is: 52.222-41 Service Contract Act of 1965. Responses are due September 20, 2001 at 4:30 p.m. Close Of Business at the Nez Perce National Forest Headquarters Office, Route 2 Box 475, Grangeville, ID 83530. Technical contact is Daryl Mullinix, phone 208 983-1950, Ext 4207. For more information contact Yvonne Sterud, phone 208 983-4002.
- Record
- Loren Data Corp. 20010912/BSOL001.HTM (W-253 SN50X226)
| B - Special Studies and Analyses - Not R&D Index
|
Issue Index |
Created on September 10, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|