Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2006 FBO #1592
SOLICITATION NOTICE

B -- PROVIDE PRIMARY SUPPORT TO FKNMS STAFF INCLUDING ASSESSMENT, RESTORATION AND MONITORING OF VESSEL GROUNDING

Notice Date
4/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NCND6012600021CMM
 
Response Due
4/19/2006
 
Archive Date
5/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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 Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Florida Keys National Marine Sanctuary (FKNMS), Marathon, FL to provide primary support to FKNMS staff. Assignments will include assessment, restoration, and monitoring of vessel grounding sites throughout the Florida Keys. This constitutes the only Request for Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet 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. This notice is hereby issued as RFQ No. NCND6012600021CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (Sep. 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Feb. 2006) (Sections 5, 14, 15, 17, 18, 19, 20, 26, 31, and (c)(1)(2) Wage Grade 12), 52.217-8 Option to Extend Services (Nov. 1999) { The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 calendar days prior to the expiration of the current performance period. However, the Government is no obligated to exercise the option for the quantity specified. The quantities specified for the option periods are estimates only.}, 52.217-9 Option to Extend the Term of the Contract (Mar. 2000) ((a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days prior to the expiration of the current performance period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause shall not exceed 24 months.}, 52.245-4 Government-Furnished Property (Short Form) (June 2003). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), 1352.201-71 Contracting Officer?s Technical Representative (COTR) (Feb.2005) {FKNMS COTR will be identified at time of award.} (Feb. 2005), 1352.215-70 Period of Performance (Mar. 2000) {the period of performance of this contract will be: base award - May 1, 2006 through April 30, 2007; Option I, May 1, 2007 through April 30, 2008}, 1352.252-70 Regulatory Notice (Mar. 2000), 1352.245-70 Government Furnished Property (Mar. 2000){The Government will provide the following item(s) of Government property to the Contractor for use in the performance of this contract. This property shall be used and maintained by the Contractor in accordance with provisions of the ?Government Property? clause included in this contract.}. The FAR provisions, located in Section D, that are hereby incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors- Commercial Items (Jan. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar. 2005). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are located in Section D: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar. 2000) {The Government will award a purchase order resulting from this request to the responsible offeror whose quotation conforming to request results in the best value to the Government, price and other technical factors considered. The following will be used to evaluate quotes: Education; SCUBA certification; technical knowledge, skills, and abilities in identifying coral reef organisms, underwater photography; Vessel Operation experience and GIS computer software experience, ability to obtain insurance, past performance, and price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the requirements of this request. 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 quotes in relation to the other factors on which selection is to be based. The Government reserves the right to award to the firm other than the lowest priced quote or to the firm with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government.}, 1352.215-73 Inquiries (Mar. 2000). Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated quotes must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Quotes must be received on or before 2:00 pm CDT, Wednesday, April 19, 2006. Quotes may be faxed to 816-274-6993, Attn: Carey Marlow. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request. 1. Proof of College Degree in Marine Science from an accredited institution. (Include College Transcript) 2. SCUBA certification with Florida / Caribbean coral reef diving experience. Dive log may be required. 3. Proof of Insurance in the amounts specified within. 4. Written documentation that demonstrates the firm?s knowledge of and experience in having accomplished the tasks described herein including vessel operation experience & GIS computer software experience. 5. Written documentation of firm?s ability to identify common Florida coral reef organisms to species level. 6. Proof of vessel operation experience. 7. Knowledge and skill with underwater photography equipment 8. Ability to work long hours in uncomfortable conditions in order to complete assigned tasks. 9. Knowledge of the Florida Keys National Marine Sanctuary. 10. A list of references including name and telephone numbers of firms to whom the offeror has successfully provided services that are the same or similar to that described herein. 11. Reside locally during the entire contract period in order to complete the work. (Local includes the southern Miami area to Key West). 12. A completed price schedule for all line items identified in this notice. 13. FAR provision 52.212-3 Offeror Representations and Certifications- Commercial Items (completed). 14. Certification of registration in CCR. This is a firm fixed price solicitation. DESCRIPTION: The contractor will provide primary support to FKNMS staff beginning May 1, 2006. Assignments will include assessment, restoration, and monitoring of vessel grounding sites throughout the Florida Keys. The contractor shall work independently in performing the tasks without direction from the Government. Tasks will include: Task 1: Assisting in preparing restored grounding sites for long-term biological monitoring and in collection of monitoring data. Task 2: Using SCUBA equipment, installing stainless steel markers with hydraulic underwater drilling equipment, quick-setting epoxy and Portland cements. Task 3: Assisting in deploying and retrieving recording thermographs at monitoring sites and other locations in the FKNMS. Task 4: Additional work assisting Sanctuary biologist as required including underwater photography, coral species identification, NOAA owned vessel operation. Task 5: Traveling at own expense. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. NOAA / FKNMS staff will provide contract related training when necessary. Vendor must provide SCUBA equipment to perform the tasks; all other contract related equipment will be provided by the government. Contractor will provide an invoice on a monthly basis. Invoice will include task and number of hours worked per task. Insurance against Loss or Damage to Government Property The selected contractor shall, at its own expense, provide and maintain during the performance of this work a minimum of $150,000.00 of insurance. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government?s interest shall not be effective: a) For such a period as the laws of the State in which this work is to be performed prescribe; or b) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. There are no benefits and the contractor is responsible for payroll taxes and insurance including medical. The contractor shall not be deemed a Federal employee for any purposes including the Federal Tort Claims Act, 28 U.S.C. 2671 et seq., the Suits in Admiralty Act, 46 U.S.C. 741 et seq., the Public Vessels Act, 46 U.S.C. 781 et seq., or the Federal Employees Compensation Act, 5 U.S.C. 8101 et seq. Payments will be made via electronic funds transfer (EFT). Required information for EFT is complete name, address, social security number or tax ID number and financial institution information. The required Vendor Profile Form may be obtained from http://www.rdc.noaa.gov/~casc/acquisitions/acq_index.htm . BID FORMAT: Provide itemized pricing as follows: TOTAL Line Item #1- Base Year - 1 Job (Based on approx. 2080 hours per year of work) $_________________ Labor Rates ? $________________ per hour (Includes hourly rate, benefits, overhead and profit.) Option I Line Item #2- Option I - 1 Job (Based on approx. 2080 hours per year of work) $_________________ Labor Rates ? $________________ per hour (Includes hourly rate, benefits, overhead and profit.) GRAND TOTAL: $_________________
 
Place of Performance
Address: FLORIDA KEYS NATIONAL MARINE SANCTUARY, PO BOX 500368, MARATHON, FL 33050
Zip Code: 33050
Country: USA
 
Record
SN01020570-W 20060406/060404220320 (fbodaily.com)
 
Source
FedBizOpps 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.