R8 National Environmental Policy Act (NEPA) Support Services Blanket Purchase Agreements (№6767528)

06 mar

Number: 6767528

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


06-03-2018

Description


R8 National Environmental Policy Act (NEPA) Support Services Blanket Purchase Agreements Solicitation Number: 1243ZP18R0010
Agency: Department of Agriculture
Office: Forest Service
Location: R-8 Southern Region

Solicitation Number: 1243ZP18R0010

Notice Type: Award

Contract Award Date: March 5, 2018

Contract Award Number: 1243ZP18A0001_0030

Contract Award Dollar Amount: NTE $10000000

Contractor Awarded Name: VARIOUS

Contractor Awarded Address: 1. Alfred Schotz of Nostasulga, AL
2. Archaeological Consultants of the Carolinas Inc. of Clayton, NC
3. BMT Designers & Planners of Alexandria, VA
4. CH2M Hill Inc. of Englewood, CO
5. Commonwealth Heritage Group Inc. of Tarboro, NC
6. Cultural Resource Analysts Inc. of Lexingston, KY
7. Copperhead Environmental Consulting Inc. of Paint Luck, KY
8. EA Engineering Science & Technology Inc. of Hunt Valley, MD
9. Ecosystem Research Group of Missoula, MT
10. Enviroscapes Ecological Consulting LLC. of Gravette, AR
11. Environmental Solutions & Innovations of Cincinnati, OH
12. Environmental Planning Strategies Inc. of Davenport, IA
13. Ecovirons of Chireno, TX
14. Environmental Management & Planning Solutions Inc. of Boulder, CO
15. Gulf South Research Corporation of Baton Rouge, LA
16. Joe Pye Ecological Consulting of Cullowhee, NC
17. Lawrence Hayden of Green Pond, SC
18. MRS Consultants LLC. of Tuscaloosa, AL
19. New South Associates Inc. of Stone Mountain, GA
20. Nutter and Associates Inc. of Athens, GA
21. Northwind Resource Consulting LLC. of Greenville, SC
22. PaloWest/WSA of Round Rock, TX
23. Panamerican Consultants Inc. of Memphis, TN
24. Raven Environmental Services Inc. of Huntsville, TX
25. Southern Research Historic Preservation Consultants Inc. of Ellerslie, GA
26. Stratum Unlimited of Johns Creek, GA
27. Titanium Environmental Services LLC. of Longview, TX
28. TRC Environmental Corporation of Chapel Hill, NC
29. Tribal Energy Resource LLC. of Kalispell, MT
30. Vanasse Hangen Brustlin Inc. of Watertown, MA

VARIOUS , Georgia 30309
United States

Synopsis: Added: Nov 03, 2017 11:11 am Modified: Feb 09, 2018 10:48 am

Track Changes USDA Forest Service Southern Region National Environmental Policy Act (NEPA) Support Services Blanket Purchase Agreements

Scope Summary


The USDA Forest Service Southern Region intends to solicit proposals for the award of multiple blanket purchase agreements (BPA) to support our (NEPA) environmental analyses and studies throughout the region. These blanket purchase agreements are intended to include a base ordering period of five (5) years. The work to be performed shall consist of various service categories including but not limited to the following:


Program Manager *
Interdisciplinary Team Leader/Manager*
NEPA/Forest Planning Specialist*
Meeting Coordinator/Facilitator*
Writer/Editor*
Soil Scientist*
Hydrologist*
Botanist*
Wildlife Biologist*
Fisheries Biologist*
Rangeland Management Specialist*
Forest Ecologist
Forester*
Timber Sale Layout Forester*
Fuels Specialist or Fire Ecologist*
Air Quality Specialist*
Geologist*
Heritage or Cultural Resource Specialist*
Recreation Specialist*
Wilderness/Inventoried Roadless/Wild and Scenic River Specialist*
Landscape Architect/Visual Resource Specialist*
Road and Facilities Engineer*
Logging Systems Engineer
Economist*
Lands and Specialist Uses Specialist*
Biological Technician
Archeological Technician
Forestry Technician
Range Technician
Engineering Technician
General Forest Laborer
Geographic Information System (GIS) Technician*
Data Analyst and Statistician
Sociologist


These agreements shall provide scientific and professional services contributing to integrated forest and rangeland restoration programs, and other professional services used for land and resource management by the USFS. Work under this contract may relate to the following typical subject areas. (This list is not all-inclusive):


Forest Planning (National Forest Management Act) Support Project Planning (National Environmental Policy Act) Support Data Collection and Analysis
Natural Resource Studies Minerals and Geology Water Resources
Soils Resources
Air Quality and Smoke Management Climate Change
Vegetation Management (Timber, Silviculture, Botany, Fuels) Rangeland Management
Terrestrial and Aquatic Invasive Species Travel Management
Logging and Transportation System Planning Logging Road Services and Road Analysis Fisheries and Wildlife
Scenery Management
Landscape Analysis and Watershed Assessments
Recreation, Wilderness, Inventoried Roadless Areas, Wild and Scenic Rivers Heritage Resource Surveys and Studies
Socio-Economic Studies Lands and Special Uses
Development of Communication Site and Transmission Line Corridor Designation Plans Geographic Information System Spatial Analysis and/or Statistical Data Analysis


Pricing Instruction


Prices provided are to be the maximum price a contractor can bid for those items on a call. Fully loaded rates shall include direct costs, indirect costs, overhead or GA, profit, and incidental materials costs. The offeror shall provide firm fixed price labor rates for all applicable labor categories. Labor Hour rates will be evaluated for the price competition; however orders shall be issued as FFP unless deemed inappropriate by Call Order Contracting Officer.


Award Plan


This procurement is partial set-aside for small businesses with preference given to 8(a) small businesses and HUB -zone. Subcontracting Plans will be required for large businesses seeking consideration. Teaming Arrangements and Joint Ventures will be considered for award. The North American Industry Classification System (NAICS) codes associated with this requirement are: 541620 Environmental Consulting Services. The magnitude of this solicitation is between $5000000 and $10000000.


Basis for award is best value. When determining best value, past performance followed by technical capability and experience is more important than price. Past performance, technical capability and experience when combined are more important than price. The forthcoming solicitation is expected to yield multiple BPA awards that will be made based on procedures set forth in the solicitation. The government reserves the right to make partial awards to more than one vendor if deemed necessary. If a vendor would only like to be considered for specific line items they must specify as such in their technical proposal.


BPA Ordering Procedures

In accordance with FAR part 13.003, all call orders valued under the simplified acquisition threshold (S.A.T.) shall be set-aside to small business awardees in the applicable service pool. In the event that the small businesses pool is non-responsive or price can not be determined to be fair and reasonable, the Contracting Officer may consider and award a call order at or below the S.A.T. to a large business within the applicable service pool.

All vendors in applicable competition pools are eligible for awards above the S.A.T. and must be given fair opportunity to compete using simplified acquisition procedures.


Location of Contract Services


The Southern Region includes the following states: Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, Oklahoma, Puerto Rico, North Carolina, South Carolina, Tennessee, Texas, and Virginia. Each call will identify the specific location and details of the requirement. Qualifying contracting firms may submit proposals for the entire Southern Region of the Forest Service, or for one or more zones outlined as follows:


A. Southern Appalachian Zone - Virginia, North Carolina, Tennessee (Cherokee NF) and Georgia;
B. Coastal Plains - Piedmont Zone - South Carolina, Florida, Alabama;
C. Ouachita - Ozark Highlands Zone - Arkansas, Oklahoma;
D. Western Coastal Zone - Texas, Louisiana, Mississippi;
E. Cumberland River Zone - Kentucky, Tennessee (Land Between The Lakes).
F. Puerto Rico - El Yunque National Forest


The estimate for issuance of the solicitation is on or about 13th November 2017.


All questions may be emailed to [email protected] using the subject header R8 NEPA Support BPA Q&A.


1. Submit questions not later than 2:00 p.m. EST on Tuesday Nov 21, 2017
2. Questions may be submitted by e-mail.
3. Responses to questions will be posted through an amendment not later than 2:00 p.m. EST on Nov 28, 2017

Government answers to submitted vendor questions shall supersede terms in original solicitation document in the case of contradiction.
Note that the Sample Task Order in Attachment F and the requirements on pg.49 section IV have been removed.

Solicitation period shall close December 18th, 2017 by 2:00 PM/ET. All proposals shall be emailed to Christopher Ford (primary point of contact).


A copy of the solicitation, scope of work and any amendments will be available for downloading from the internet. You can access the solicitations and attachments on Federal Business Opportunities website.



Added: Mar 06, 2018 9:34 am

The USDA Forest Service Southern Region has awarded thirty (30) BPA awards to responsive vendors that have been determined to be the most highly qualified to provide the subject services.



Please consult the list of

document viewers if you cannot open a file. Solicitation 1 Type: Solicitation

Posted Date: November 13, 2017



R8_NEPA_BPA_RFQ.pdf (1091.99 Kb) Description: This attached document is the solicitation for the subject requirement. Questions may be submitted regarding the requirement until 2:00 p.m. EST on Tuesday Nov 21, 2017. All questions should be emailed; please do not call.

Q&A Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Q&A

Posted Date: November 28, 2017



QA_NEPA_Response_Complete_(1128).pdf (282.66 Kb) Description: Attached are the questions and answers.



Contracting Office Address: 1720 Peachtree Rd. NW Suite 876 South
Regional Office
Atlanta, Georgia 30309


Place of Performance: A. Southern Appalachian Zone � Virginia, North Carolina, Tennessee (Cherokee NF) and Georgia;
B. Coastal Plains � Piedmont Zone � South Carolina, Florida, Alabama;
C. Ouachita � Ozark Highlands Zone � Arkansas, Oklahoma;
D. Western Coastal Zone � Texas, Louisiana, Mississippi;
E. Cumberland River Zone � Kentucky, Tennessee (Land Between The Lakes).
F. Puerto Rico � El Yunque National Forest


United States


Primary Point of Contact.: CHRISTOPHER J. FORD, CONTRACTING OFFICER

[email protected] Phone: 4043471635

Secondary Point of Contact: PETER GAULKE , DIRECTOR OF PLANNING

[email protected] Phone: 404-347-3183