Annual Biological Monitoring and Reporting
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jul 30, 2024 04:22 pm EDT
- Original Published Date: Jul 26, 2024 10:29 am EDT
- Updated Date Offers Due: Aug 01, 2024 03:00 pm EDT
- Original Date Offers Due: Aug 01, 2024 03:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Sep 30, 2024
- Original Inactive Date: Sep 30, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: F113 - ENVIRONMENTAL SYSTEMS PROTECTION- WETLANDS CONSERVATION AND SUPPORT
- NAICS Code:
- 541620 - Environmental Consulting Services
- Place of Performance: Bay Point , CAUSA
Description
This is Amendment No. 1 to Request for Quotation (RFQ) 6913G624Q300060 - This RFQ is amended to provide the attached questions and answers. All other terms and conditions remain the same.
__________________________________________________________________
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. 6913G624Q300060 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and Incorporated provisions are those in effect through Federal Acquisition Circular 2024-05, effective 05/22/2024. The NAICS Code is 541620; the Small Business size standard is $19M.
The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), in support of the Federal Aviation Administration (FAA) Real Property Disposition program. In accordance with National Environmental Policy Act (NEPA) and Clean Water Act (CWA) compliance, and in coordination with the U.S. Army Corps of Engineers (USACE) and San Francisco Bay Regional Water Quality Control Board (RWQCB) permitting, specific environmental consulting activities are required, including biological monitoring and annual reporting. In order to complete annual biological monitoring and reporting requirements, qualified biological expertise is required. The Contractor shall conduct all work in accordance with Federal, State, local requirements, the attached Statement of Work (SOW) and terms and conditions.
REQUIREMENTS/SPECIFICATIONS
The Government intends to award a firm fixed price purchase order with a base (CLIN 00100) and four optional CLINs (00200 - 00500), as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable quote. Please provide a firm fixed price quote in accordance with the following items:
CLIN 00100 - Annual Biological Monitoring and Report Development – (Base Year 1)
Quantity: 1
Unit: JOB
Unit Price: $__________________
Total Price $__________________
PSC: F113
Period of Performance: Date of award to 01/31/2025
CLIN 00200 - Annual Biological Monitoring and Report Development (OPTION Year 2)
Quantity: 1
Unit: JOB
Unit Price: $__________________
Total Price $__________________
PSC: F113
Period of Performance: 02/01/2025 to 12/30/2025
CLIN 00300 - Annual Biological Monitoring and Report Development (OPTION Year 3)
Quantity: 1
Unit: JOB
Unit Price: $__________________
Total Price $__________________
PSC: F113
Period of Performance: 01/01/2026 to 12/31/2026
CLIN 00400 - Annual Biological Monitoring and Report Development (OPTION Year 4)
Quantity: 1
Unit: JOB
Unit Price: $__________________
Total Price $__________________
PSC: F113
Period of Performance: 01/01/2027 to 12/31/2027
CLIN 00500 - Annual Biological Monitoring and Report Development (OPTION Year 5)
Quantity: 1
Unit: JOB
Unit Price: $__________________
Total Price $__________________
PSC: F113
Period of Performance: 01/01/2028 to 12/31/2028
PERIOD OF PERFORMANCE
The period of performance for the resulting award will be date of award to December 31, 2028.
INSTRUCTIONS TO OFFERORS
This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein.
Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference, see attached Addendum.
FAR 52.212-5, Offeror Representations and Certifications-Commercial Items (attached). All Offerors must include a completed copy of the provision at FAR 52.212-3. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in the System for Award Management (SAM) accessed through http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. All Contractors must be registered in SAM in order to receive an award from a DOT Agency.
FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated by reference.
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is hereby incorporated by reference; additional clauses cited in FAR 52.212-5 that apply to this acquisition are: 52.209-6, 52.217-7 (attached), 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 52.223-15, 52.223-18, 52.225-1, 52.225-13, 52.222-62, 52.232-33, 52.232-40 and 52.252-1.
The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far.
The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to the contracting officer Karen.Marino@dot.gov. The time for receipt of offers is 3:00 PM Eastern Time on 08/1/2024. No telephone requests will be honored. The Government will not pay for any information received.
Attachments/Links
Contact Information
Contracting Office Address
- OFFICE OF ACQUISITIONS 220 Binney Street
- CAMBRIDGE , MA 02142
- USA
Primary Point of Contact
- Karen M. Marino
- karen.marino@dot.gov
- Phone Number 6174942437
Secondary Point of Contact
History
- Oct 01, 2024 12:00 am EDTCombined Synopsis/Solicitation (Updated)
- Jul 26, 2024 10:29 am EDTCombined Synopsis/Solicitation (Original)