Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2006 FBO #1679
SOLICITATION NOTICE

R -- Logistics Consulting Services

Notice Date
6/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
541614 — Process, Physical Distribution, and Logistics 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
NCND3000-6-00004
 
Response Due
7/14/2006
 
Archive Date
7/29/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number NCND3000-6-00004 is issued as a request for quotation. This solicitation is set aside exclusively for small business concerns. The North American Industry Classification Code (NAICS) is 541614. The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Office of Ocean and Coastal Resource Management (OCRM) has a requirement for Logistics Consulting Services in support of the Pacific Islands Marine Protected Area Community (PIMPAC). PIMPAC provides the platform necessary for regional discussion, information and experience sharing, and action to address emerging MPA challenges. PIMPAC includes members from the state of Hawaii; the three U.S. Territories of Guam, the Commonwealth of the Northern Mariana Islands (CNMI) and American Samoa; and the Freely Associated States of the Republic of Palau, the Federated States of Micronesia, and the Republic of the Marshall Islands. The main focus of the required services will be to support the coordination and implementation of workshops and meetings that respond to the priorities of the PIMPAC. Logistical support for PIMPAC activities include coordinating meeting space requirements, audio-visual requirements, assisting with hotel and catering services, planning travel for participants, coordinating registration, marketing of events, and developing meeting materials and evaluations. The period of performance shall be from the date of award through eighteen (18) months. The resulting purchase order shall be a competitive Time and Materials award. The award shall 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 2005-09. The provisions and clauses may be downloaded at http://www.arnet.gov.far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation ? Commercial Items. The Government shall 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, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, 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, applies to this acquisition; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.232-7, Payments under Time-and-Materials and Labor-Hour Contracts; FAR 52.243-3, Changes ? Time-and-Materials or Labor Hours; FAR 52.232-7, Payments under Time-and-Materials and Labor-Hour Contracts. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to review the attached Statement of Work entitled ?Logistical and Administrative Assistance to the Pacific Islands Marine Protected Area Community, Office of Ocean and Coastal Resource Management, National Oceanic and Atmospheric Administration?, dated June 23, 2006and provide a written and electronic response to be received no later than July 14, 2006 addresses 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. Contractors 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 attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 9-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to ten (10) single sided pages. Submit offers arranged in three sections as follows: Section I ? Approach, which includes identification and qualifications 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, Time-and-Materials (T&M) price for the required logistics consulting services. The price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the T&M price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request.
 
Record
SN01081037-W 20060702/060630220355 (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.