Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2002 FBO #0103
SOLICITATION NOTICE

B -- Center of Independent Experts

Notice Date
3/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), AG/Acquisition Management Division, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
Reference-Number-DG133F-02-RQ-0007
 
Response Due
4/12/2002
 
Archive Date
4/12/2002
 
Point of Contact
Prattsie Artis, Contract Specialist, Phone (301) 713-0823, Fax (301) 713-0806, - Donald Thompson, Contracting Officer, Phone 301-713-0823, Fax 301-713-0806,
 
E-Mail Address
prattsie.l.artis@noaa.gov, don.thompson@noaa.gov
 
Description
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 SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number RFQ DG133F-02-RQ-0007 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. This procurement action is full and open. The associated North America Industry Classification System is 541710. A firm is a small business for the purpose of this requirement if it size standard is 500 employees. A list of contract line item numbers and items, quantities and units of measure include: CLIN 0001A, Year One, Independent Expert, Unit of Measure: Day; CLIN 0001B, Year Two, Independent Expert, Unit of Measure: Day; CLIN 0001C, Year Three, Independent Expert, Unit of Measure: Day; CLIN 0001D, Year Four, Independent Expert, Unit of Measure: Day; CLIN 0001E, Year Five, Independent Expert, Unit of Measure: Day. The National Oceanic and Atmospheric Administration (NOAA) requires a Center of Independent Experts (CIE) with the requisite technical and scientific expertise to provide impartial and comprehensive comments and practical advice through outside peer reviews on scientific issues related to the living marine resource management mandates of the National Marine Fisheries Service (NMFS). Subjects for reviews may include: stock assessments and population modeling methods for fish, marine mammals, or sea turtles; field sampling procedures or protocols; and review of existing and/or design of new scientific programs or management strategies. The CIE shall handle reviewer selection and ensure that reviewers are free from influences of groups or organizations with vested interests in marine resource usage by obtaining written assurances of no conflict of interest from all reviewers. After reviewer selection, the CIE shall make all necessary travel arrangements for the reviewers; copy and distribute background materials provided by NMFS; and provide intermediate status reports, final written reviews from each reviewer, and a complete accounting of distributed funds. To ensure that the reviews provided to NMFS are of the highest possible quality, the CIE shall thoroughly examine status and draft reports submitted by the reviewers for content, clarity, and compliance with NMFS' task order before passing completed reports to NMFS for final approval. Unless the requirement for a consensus report is specified in the task order, each reviewer's report shall be submitted individually to NMFS. Reviews facilitated by the CIE will vary in scope and duration. Most reviewers will be asked to carry out short-term, narrowly focused assignments requiring approximately 1-3 weeks of their time. The deliverable for a short-term review would typically be a 10-30 page report. Some reviewers could be involved in longer-term projects with a wider scope and more comprehensive deliverable. MINIMUM REQUIREMENTS FOR EXPERTS: The reviewers chosen by the CIE must be demonstrably highly reputable experts in the field that is the subject of their review; they must have be able to demonstrate a clear understanding of the applied nature of the science that supports NMFS' mission; and they must be free from even the appearance of any conflict of interest. Reviewers should have a PhD or equivalent degree in a relevant field, five or more years of relevant experience, ten or more peer-reviewed publications in a relevant field, and have a record of successful participation in working groups or scientific review panels. CAPABILITIES OF THE CIE: The contractor for the CIE must be a research institution with an international reputation in fisheries science, with capabilities to identify and obtain the services of appropriate domestic and foreign scientists, to evaluate and improve the quality of draft reports, to handle the logistics of arranging travel and distributing materials to all regions of the United States, and to manage and administer domestic and international contracts. EVALUATION CRITERIA: The contractor will be selected based on past performance; the proposed processes for running the CIE, selecting reviewers, and avoiding conflicts of interest; and cost. The period of performance shall be July 1, 2002 through June 30, 2007. The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition and there are no addenda to this provision. The provision at FAR 52.212-2 Evaluation- Commercial Items (JAN 1000) applies: (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 of the item offered to meet the Government requirements; (ii) price; (iii) past performance. Technical at 30% and past performance at 40%, when combined, are 70% when compared to price. See Federal Business Opportunities (FedBizOps) Note 25 at www.eps.gov/Numbered_Notes.html. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clause cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 2538 and (U.S.C. 2402), 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3), 52.219-14, Limitation on Subcontracting 915 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action. for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-3, Buy American Act Supplies(41 U.S.C.10) and 52.225-9, Buy American Free Trade Agreement -Israeli Trade Act- Balance of Payments Program (U.S.C. 10). Quotes can be submitted via fax (301-713-0806) or via email Prattsie.L.Artis@noaa.gov or mailed to U.S. Dept. of Commerce, NOAA, Ms. Artis, Contract Specialist, OFA61, 1305 East-West Hwy., Station #7604, Silver Spring, Maryland 20910-3281. Quotes must be received no later than 3:00 p.m. on April 12, 2002 local time. Pricing shall be provided per day.
 
Record
SN00042003-W 20020315/020313213128 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.