R– Programmatic Environmental Assessments & Fire Management Plans
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address:
Subject: R-- Programmatic Environmental Assessments & Fire Management Plans
Classification Code: R - Professional, administrative, and management support services
Solicitation Number: 140A0318Q0109
Contact: Robinson, Margie
Setaside:
Description:
BIA - DAPM
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; quotes are being requested and a written solicitation will not be issued.
The solicitation number for this procurement is 140A0318Q0109 and is issued as a Request for Quote (RFQ). The
The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99 dated
This solicitation is an Indian Small Business Economic Enterprise (ISBEE) set-aside. Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from
The
CLIN 00010 and Price Schedule:
Programmatic Environmental Assessment (PEA) for the Southern Plains Agencies within
Quantity: 1 @ $________________________
Individual Environmental Assessment (EA) for the Horton Agency-KSHOA
Quantity: 1 @ $________________________
Individual Environmental Assessment (EA) for the
Quantity: 1 @ $________________________
Individual Environmental Assessment (EA) for the
Quantity: 1 @ $________________________
Spatial Wildland Fire Management Plan (SFMP) for the BIA,
Quantity: 1 @ $________________________
Spatial Wildland Fire Management Plan for the
Quantity: 1 @ $________________________
Spatial Wildland Fire Management Plan for the
Quantity: 1 @ $________________________
Depending on the availability of funds, the Government may award all items listed above or the assessments/plans which are a priority to the BIA, Branch of Natural Resources.
Description of Services:
The purpose of this statement of work is to comply with the 1995/2001 Federal Wildland Fire Management Policy and the National Environmental Policy Act (NEPA) of 1969, as amended, and other tribal, environmental or cultural resource laws and regulations related to development of a Programmatic Environmental Assessment (PEA) for Southern Plains Agencies within
The PEA and separate EAs are needed to evaluate the potential impacts of decisions related to the development of Southern Plains Spatial Wildland Fire Management Plans.
The PEA and EAs will be tiered to the background included in the Joint Oklahoma,
This statement of work includes the development of Spatial Wildland Fire Management Plans for the
Fire Management Planning Area
The
Fire Management Plan Document Requirements:
1. Refer to Interagency Spatial Fire Management Plan Template or requirements and additional guidance
2.
3. Refer to TX-ACA FMP and Categorical Exclusion
EA Document Requirements:
1. Refer to Environmental Assessment Document Requirements in the BIA NEPA Handbook 59 IAM 3-H,
2. Refer to Indian Affairs Manual, Part 59, Chapter 3, Environmental and Cultural Resources Management, National Environmental Policy Act
Performance Requirements:
The Contractor shall:
Upon award of the contract, the contractor shall attend a kickoff meeting to meet with Region and Agency Representatives to review and discuss work plan, prepare an attendance sheet and monthly progress report tracking completion of documents, collect relevant data and contact information for completion of PEA, EAs and SFMP's.
Furnish all services, personnel, materials, equipment and facilities necessary for the production of a Fire Management Plan and EA in accordance with the requirements and guidelines detailed in the attachments.
Ensure that the Fire Management Plan objectives and PEA and EA alternatives are consistent with existing agency and tribal resource management plans, programs and policies.
Initiate agency and tribal consultation to develop Fire Management Plan elements and PEA/EA alternatives; identify issues, concerns and opportunities through scoping sessions; summarize participation, findings and responses in the PEA and EAs.
Prepare a scoping report; review, direct changes and acceptance of the Draft Fire Management Plan, Final Fire Management Plan, Preliminary Draft PEA/EAs, Draft PEA/EAs, Preliminary Final PEA/EAs, and Final PEA/EAs; allow 14 business days for BIA and Tribal to review and approve; address comments received from the 30-day public review process; prepare a mailing list; distribute copies of the Draft and Final Fire Management Plan and the Draft and Final PEA and EAs; and prepare a Draft Finding of No Significant Impact (FONSI) for the PEA and each EA.
Include high quality graphics and maps related to the final document; include narrative graphs, charts, photos, tables, figures, etc., necessary to describe existing conditions and support selected program strategies and management responses.
Establish a good working relationship with the BIA and Tribal officials in order to secure the necessary information for the project.
If needed, the Contractor may utilize an Indian Economic Enterprise subcontractor upon receiving approval from the Contracting Officer.
The BIA shall:
Assist the Contractor with agency and tribal consultation, scoping and public meetings; review and comment on preliminary and draft documents; development of a mailing list.
Coordinate further work on the documents, via the Contracting Officer, for compliance with relevant regulations.
Provide the Contractor with maps and shape files detailing the location of the proposed project area. These files and maps must be returned to BIA upon completion of the project.
Provide the contractor with copies of plans and analysis from other plans and NEPA documents previously prepared for the Region and Agencies if the information is pertinent to the proposed project area. Examples include:
* Fire Management Plans
* Categorical Exclusions
* Joint Oklahoma,
Deliverables:
1. Draft Fire Management Plan. The Contractor shall deliver one electronic and ten hard copies of the Draft Fire Management Plan to the
2. Final Fire Management Plan. The Contractor shall deliver one electronic and five hard copies of the Final Fire Management Plan to the
3. Preliminary Draft PEA/EA. The Contractor shall deliver one electronic and ten hard copies of the Preliminary Draft PEA and EAs to the
4. Draft PEA/EA. The Contractor shall deliver one electronic and ten hard copies of the Draft PEA and EAs to the
5. Preliminary Final PEA/EA. The Contractor shall deliver one electronic and five hard copies of the Preliminary Final PEA and EAs to the
6. Final PEA/EA. The Contractor shall deliver one electronic and five hard copies of the Final PEA and EAs to the
7. Draft Findings of No Significant Impact (FONSI). The Contractor shall deliver an electronic copy of a Draft FONSI to the Concho Agency Superintendent and
8. The Contractor shall provide the BIA all pertinent information, tabulations, photos, charts, maps, graphics, tables, figures, etc., on compact disks or other form of data storage compatible with the BIA's software. All copies and data files provided to the Contractor for use in the development of the EA shall be returned to the BIA.
ATTACHMENTS:
1. Indian Economic Enterprise Representation
2.
3. Guidance for Implementation of Federal Wildland Fire Management Policy
4. Wildland Fire Management Plan Templates
5. Environmental Assessment Document Requirements
6. Indian Affairs National Environmental Policy Act Handbook 59 IAM 3-H,
7.
8.
9. TX-ACA FMP & CatEX
10. Alabama-Coushatta Tribe Fire Management Plan, dated
11. BIA, Southern Plains Regional Map
12. Memorandum Dates
Period of Performance: The contract shall be completed within 180 days from the contract award date.
PROVISION FAR 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition.
FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS
(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 shall be used to evaluate offers:
(i) Technical Capability to perform services to meet the BIA's requirements and submit documentation to verify
(ii) Past Performance
1. Past performance contact information for minimum of two references for which work was conducted which was similar in scope, magnitude and complexity to the requirements described in this solicitation:
a. Company
b. Company Address
c.
d. contact Phone Number and E-mail Address
e. Description of Services/Price
f. Period of Performance
g. If applicable, explanation of any problems or delays encountered.
(iii) Price
1. Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3 and 15.402(a)(2). Offers should be sufficiently detailed to demonstrate their reasonableness.
Technical Capability and Past Performance, when combined, are equal to price.
(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, emailed 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.
FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS
The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision.
FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM
All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation.
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION)(
FAR Clauses incorporated by reference: 52.204-7, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-20, 52.222-22, 52.222-25, 52.225-25, 52.232-1, 52.232-16, 52.232-16 Alt I, 52.232-17, 52.232-25, 52.232-39, 52.232-40, 52.233-1, 52.237-1, 52.237-2, 52.243-1, 52.246-4, 52.249-4, 52.249-8, 52.252-1, and 52.252-2.
1452.226-70 Indian Preference (
1452.280-1 Notice of Indian small business economic enterprise set-aside (
1452.280-3 Subcontracting limitations (
Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (
Payment requests must be submitted electronically through the
"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.
Under this contract, the following documents are required to be submitted to the COR prior to submitting an IPP invoice:
* A copy of the Contractor's official company invoice that has already been reviewed and approved by the COR outside of IPP and prior to creating the IPP invoice
The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment.
If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.
OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services
This policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government.
All questions shall be submitted via email to
QUOTE SUBMISSION INFORMATION: Offer submissions must include the following items and in the following order:
1. Cover letter
2. Documentation supporting the Contractor's ability to complete the project and include list and resumes of personnel who will be assigned the project
3. Proposed work schedule and timeline
4. Pricing schedule associated with each phase as listed above
5. Sections 17a, 23, 24, 30a, 30b, and 30c completed per the attached SF 1449 document (include DUNS number)
6. Hardware, software and other equipment to be used in project implementation
7. Completed Indian Owned Economic Enterprise Representation (attached)
Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments.
This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.
Link/URL: https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A0318Q0109/listing.html
Maintenance and Repair of UltraPulse Encore
Northwest Plan Services Acquires Kaufmann and Goble Associates
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News