Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
SOLICITATION NOTICE

F -- Taxonomic identification of continental shelf benthic samples

Notice Date
8/16/2005
 
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
DG133C05RQ1822
 
Response Due
8/31/2005
 
Archive Date
9/15/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, and Subpart 13, as supplemented with additional information included in this notice. This announcement, DG133C-05-RQ-1822, constitutes the only solicitation; quotes are being requested and a separate solicitation will not be issued. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Center for Coastal Monitoring and Assessment, requires the services of a contractor to conduct analysis of 77 benthic samples taken from the California continental shelf for taxonomic identification. The Government anticipates awarding a fixed-price order on a best value basis. Evaluation factors are: 1) Qualifications of personnel - education and demonstrated experience with identification of benthic infauana specific to the central California continental shelf and slope 2) QA/QC Plan - offerors shall submit a brief quality assurance plan that describes how the project will be managed, all QA/QC procedures and how these procedures will be managed. There shall be one data quality objective (DQOs) for this project: the number of individuals of each invertebrate taxa of interest per sample (units: individuals/sample; expected range: 0 to 3000; accuracy: 95%). - Sample processing: Subsampling and sorting procedures shall be controlled and evaluated so that no more than 10% variation in taxonomic counts is introduced. A process such as the use of replicate subsampling/processing of 5% of the samples could be used to quantify error rates and demonstrate achievement of this performance objective. - Taxonomy: Contractor shall randomly review the taxonomic identifications of 10% of the samples weekly using a separate taxonomist. Uncertain specimens shall be sent to one or more outside experts for confirmation. - Contractor shall assure that data entry is correct. - The contractor shall use a list of published taxonomic references. 3) Past Performance ? see below 4) Price - price per sample The purchase order will include provisions and clauses in effect at time of award. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply: FAR 52.212-1, Instructions to Offerors - Commercial; FAR 52.212-2, Evaluation ? Commercial Items. The Government may award a purchase order to the responsible offeror whose offer conforming to the solicitation/statement of work will be most advantageous to the Government, price and other factors considered. Offerors must include a completed copy of Offeror Representations and Certifications, FAR 52.212-3, along with the offer. FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition and there are no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional clauses are applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam era; 52.222-36, Affirmative Action for Workers with Disabilities; 52-222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.249-2, Termination for Convenience of the Government (Fixed Price) (Short Form) and CAR 1352.239-73- Security Requirements ? Information Technology Resources. Interested contractors are invited to review the attached Statement of Work entitled ?Taxonomic Identification of Continental Shelf Benthic Samples,? dated August 2005. Offerors must submit a complete response and should submit a quote which includes: 1) a narrative of no more than 10 pages describing how it intends to meet the requirement and describing how the work will be performed and managed, 2) a budget/prices and 3) information regarding work performed on similar contracts (no less than 3) in the past 5 years in central California, including name and address of client, contract number and amount, description of work, dates of performance and contact name and phone number. An original and four copies shall be submitted as well as the electronic version in MS Word. A one page letter shall cover the response signed by an individual authorized to commit the firm. Quotes shall be submitted to be received no later than 3:00 P.M., August 31, 2005 to: Robert M. McNamara, U.S. Department of Commerce, National Oceanic and Atmospheric Administration, SSMC 4, OFA65, Station 7167, 1305 East-West Highway, Silver Spring, MD 20910 and Robert.McNamara@noaa.gov. Phone: 301-713-0820x144.
 
Record
SN00871316-W 20050818/050816211809 (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.