Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2005 FBO #1308
SOLICITATION NOTICE

R -- Environmental Consulting Services

Notice Date
6/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
Reference-Number-NCNA0-5-16
 
Response Due
6/29/2005
 
Archive Date
7/14/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services in accordance with FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. Solicitation Number NCNA0-5-16 is issued as a request for quotation. This procurement is set aside exclusively for small business concerns. The North American Industry Classification System Code (NAICS) is 541620. A firm is a small business for the purpose of this acquisition if its size standard is $6.0 million. As part of the mission goals in ecosystem-based management and environmental literacy, the U.S. Department of Commerce, National Oceanic and Atmospheric (NOAA) and the National Ocean Service (NOS) are committed to promoting lifelong ocean education with the objectives to raise the public?s environmental consciousness and strengthen ocean education and improve delivery of NOAA products and information to the public. NOAA/NOS require the services of a contractor to provide services that augments the NOAA/NOS efforts to meet their objectives. The contractor shall create innovative methods to increase the amount, scope, and quality of environmental science, particularly information and resources available through NOAA?s National Ocean Service (NOS) being delivered to the public through television weathercasts. The final products shall include interactive websites that engage television media and schools in the Washington, D.C. and Baltimore, MD market areas, website and on-air story content and training for broadcast meteorologists to raise their environmental education level. The period of performance shall be from the Date of Award through June 30, 2006. The resulting purchase order shall be negotiated on a firm fixed price. The award will be made on a best value basis. Best value evaluation factors include the following: 1) Approach ? The likelihood of effectively meeting the requirements; 2) Past Performance ? The relevance and quality of prior performance; and 3) Price ? The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Good (G) ? Beneficial and worthwhile; sound and valid; Adequate (A) ? Reasonably sufficient and suitable; Marginal (M) ? Minimally suitable at the lower limit. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-04. The provisions and clauses may be downloaded at http://www.acqnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offererors ? Commercial Items (Jan 2005), applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation ? Commercial Items (Jan 1999). The Government will award a purchase order 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) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (Mar 2005), applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (Oct 2003), applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr 2005), applies to this acquisition. The contractor shall comply with the following FAR clauses, which are incorporated in this order by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.219-6 Notice of Total Small Business Aside (June 2003); FAR 52.219-8, Utilization of Small Business Concerns (May 2004); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003). Interested firms are invited to review the attached Statement of Work entitled ?Enhancing the Public?s Understanding of Ocean, Coastal and Watershed Processes, Issues and Events in the Chesapeake Bay Region: Delivering NOAA?s Services to the Public? dated June 10, 2005 and provide a written and electronic response to be received no later than June 29, 2005 and addressed to Sandra K. Souders, Purchasing Agent, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7167, Silver Spring, Maryland 20910, Sandra.K.Souders@noaa.gov. Firms must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with one attachment. That single attachment shall contain all content and shall be sized less than five megabytes. Each response shall be on 8-1/2 x 11-inch paper, in a commercially standard font, not smaller than a size 12 font (excluding separately created artifacts included within the text). A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. The response shall be secured by simple stapling and shall not contain any elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The response shall not include brochures, newsletters, or other marketing materials. Elaborate artwork and expensive paper, bindings, visual or other presentation aids are discouraged. Submit offers arranged in the three sections as follows: Section I ? Approach, which includes identification of relevant personnel and technical management approach; Section II ? Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III ? Price, which includes labor categories and rates and other direct costs. Award will be made to the responsible contractor that offers the best value to the Government. The Government will not be liable for any costs incurred in response to this request. Note Code 1 applies.
 
Record
SN00835991-W 20050626/050624211750 (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.