Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOLICITATION NOTICE

R -- Logistics Consulting Services

Notice Date
8/2/2006
 
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
NCNR0000-6-00024
 
Response Due
8/11/2006
 
Archive Date
8/26/2006
 
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 NCNR0000-6-00024 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 Response and Restoration (OR&R), Coral Reef Conservation Program (CRCP) has a requirement for Logistics Consulting Services in support of a MPA Training Workshop in Puerto Rico during early Spring 2007. CRCP supports effective management and sound science to preserve, sustain and restore valuable coral reef ecosystems. The CRCP carries out a wide range of activities, including mapping and monitoring of coral reefs, and research on various aspects of coral reef science and management. The CRCP supports workshops in seven states and territories that contain coral reefs, and the three Freely Associated States. The seven states and territories, collectively referred to as ?coral reef jurisdictions? are American Samoa, Hawaii, Guam, the Northern Mariana Islands, Florida, the U.S. Virgin Islands, and Puerto Rico. The MPA Training Workshop in Puerto Rico will be an intensive training workshop for coral marine protected area (MPA) managers in Puerto Rico based on the region-specific monitoring guidelines and training tools developed for the Caribbean, including Socioeconomic Guidelines for Coastal Managers in the Caribbean (SocMon Caribbean), and the Global Coral Reef Monitoring network Socioeconomic Manual for Coral Reef Management. The workshop will be designed to enhance participants? understanding of the human dimensions of marine protected areas and the methods necessary to monitor socioeconomic trends and conditions. The main focus of the required services will be to support the development and implementation of the MPA Training Workshop in Puerto Rico. Logistical support includes coordinating meeting space requirements, assisting with hotel services for participants, planning travel for participants, coordinating registration, developing workshop materials and reports, and acquiring and paying two (2) trainers for training sessions conducted during the workshop. The period of performance shall be from the date of award through twelve (12) months. The resulting purchase order shall be a negotiated on a firm fixed price. 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 2005-11. The provisions and clauses may be downloaded at http://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. 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 ?Puerto Rico Marine Protected Area (MPA) Training Workshop Logistics, NOAA Coral Reef Restoration Program? dated July 13, 2006 and provide a written and electronic response to be received no later than August 11, 2006 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. 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 8 1/2-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, Firm Fixed 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 fixed 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
SN01103969-W 20060804/060802220325 (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.