Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
SOLICITATION NOTICE

99 -- 99 - Digital Imagery to Map Seagrass

Notice Date
6/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
541922 — Commercial Photography
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NCNS3000-5-00066SLW
 
Response Due
6/21/2005
 
Archive Date
6/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division (CRAD), 601 East 12th Street, Room 1756, Kansas City, Missouri 64106. This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6, as supplemented with additional information included in this announcement. This is a Request for Quotations (RFQ) for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Center for Coastal Fisheries and Habitat Research (CCFHR), in Beaufort, NC, to acquire digital imagery to map seagrass in Core and Bogue Sounds in North Carolina, and to be completed by June 30, 2006. This constitutes the only RFQ that will be issued for this action. Written offers are being requested. No written solicitation will not be issued. This notice is hereby issued as RFP No. NCNS3000-5-00066SLW. This is a 100% small business set-aside. The NAICS code for this action is 541922. Description Qty Unit Price Amount Digital Imagery of Coastal North Carolina 1 job $_________ $_________ SECTION B - SOLICITATION CLAUSES AND PROVISIONS This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03. The line item(s) will be delivered or picked up in accordance with the specifications listed below. The following FAR clauses are incorporated into this acquisition: 52.204-7, Central Contractor Registration (Oct.2003); 52.212-4, Contract Terms and Conditions ? Commercial Items (Oct. 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr. 2005) (Sections (b) 1, 5, 14, 16, 17, 18, 19, 20, 30, and 34, and ( c) 1, and 2. The equivalent rate for a Wage Grade (WG) 10, entitled: Photography in Federal Service,, applies.); 52.232-17, Interest (Jun. 1996); 52.227-14, Rights In Data- General (JUN 1987); 52.233-4, Applicable Law for Breach of Contract Claim; 52.245-2, Government Property (May 2004); 52.245-4, Government Furnished Property (June 2003); and 52.247-34, F.O.B. Destination The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are also located in Section B of the solicitation: 1352.245-70, Government Furnished Property [The government will provide the following items of Government property (Digital shape files) to the Contractor for use in their performance of this contract. The property shall be used and maintained by the Contractor in accordance with provisions of the ?Government Property? clause included in this contract.]; 1352.252-70, Regulatory Notice (Mar. 2000); 1352.215-70, Period of Performance (March 2000) [The period of performance is from date of award through June 30, 2006.]; 1352.211-70, Statement of Work/Specifications; 1352.201-70, Contracting Officer?s Authority; 1352.201-71, Contracting Officer?s Technical Representative; 1352.208-70, Printing; 1352.209-71, Organizational Conflict of Interest; 1352.209-73, Compliance with Laws; 1352.233-70, Harmless from Liability; 1352.228-70, Insurance Coverage (March 2000), [The Contractor shall be required to present evidence to show, at a minimum, the amounts of insurance coverage indicated below: (a) Workers compensation and Employer?s Liability- The Contractor is required to comply with applicable Federal and State workers? compensation and occupational disease statues. If occupational diseases are not compensable under those statures, they shall be covered under the employer?s liability section of the insurance policy, except when contract operations are so commingled with a Contractor?s commercial operations that it would not be practical to require this coverage. Employer?s liability coverage of at least $500,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers? compensation to be written by private carriers. (b)General Liability- (1) The Contractor shall have bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property Damage liability insurance shall be required in the amount of $500,000.00. (c) Automobile Liability -The Contractor shall have automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $200,000 per occurrence for property damage. (d) Aircraft Public and Passenger Liability - When aircraft are used in connection with performance of the contract, the Contractor shall have aircraft public and passenger liability insurance of $500,000 per occurrence for bodily injury, other than passenger liability, and $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater.]; 1352.228-72, Deductibles Under Required Insurance Coverage (March 2000). SECTION C ? STATEMENT OF WORK The government is procuring services for digital imagery of coastal North Carolina. A complete copy of the technical specifications and statement of work (SOW) can be found at the Central Region Acquisition Management Division website: www.casc.noaa.gov; click-Acquisitions; click Solicitations Available for Bid; click NCNS3000-5-00066SLW. SECTION D ? FAR PROVISIONS The FAR provisions, located in Section D, that are hereby incorporated into this acquisition shall be as follows: 52.212-1, Instruction to Offerors ? Commercial Items (Jan. 2005); 52.212-2, Evaluation Commercial Items (Jan. 1999) [The following will be used to evaluate quotations: (1) Personnel Qualifications: Offeror shall provide resumes and level of experience of key personnel proposed. (2) Technical Capability: Offeror shall provide sufficient information to demonstrate ability to meet Government?s requirement. Address proposed management of program, quality control plan, and plans to provide seamless support. (3) Past Performance: Provide list of contacts, including phone numbers, to confirm Offeror?s past performance in successfully accomplishing activities similar to those in the SOW. (4) Price: Price will be evaluated but not scored. The price evaluation will determine whether the proposed costs are realistic, complete, and reasonable in relation to the solicitation requirements. This is a best value competitive requirement. The Government will use the best value trade-off process in determining which quote is in the best interests of the Government. Technical evaluation factors are slightly more important than price. Technical factors are listed in descending order of important. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the proposals in relation to the other factors on which the selection is based. The government reserves the right to make an award to other than the lowest price quote or the Offeor with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government.]; 52.212-3, Offerors Representations and Certifications-Commercial Items (Mar 2005) [A copy of the Representations and Certifications shall be included with the quotation.]. SECTION E ? ADDITIONAL INSTRUCTIONS TO OFFEROR The Central Region Acquisition Division (CRAD), requires that all Contractors doing business with the Acquisition Office must be registered in the Central Contractor Registration (CCR) database before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this Acquisition Office, all offerors must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Award will not be made to any contractor that is not registered in CCR. Responses should be faxed to 816-426-7530, Attn: Sharon Walker. Offerors are to return the following: 1) Schedule of Pricing (See Section B) 2) Technical Proposal 3) Proof of Insurance Coverage 4) Representations and Certifications 5) Delivery Schedule
 
Record
SN00823221-W 20050608/050606211718 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.