Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2006 FBO #1725
MODIFICATION

R -- Environmental Consulting Services

Notice Date
8/15/2006
 
Notice Type
Modification
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DG133C-06-RQ-0827
 
Response Due
8/24/2006
 
Archive Date
9/8/2006
 
Description
This modification is issued to add previously omitted Evaluation Factor #4. 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 DG133C-06-RQ-0827 is issued as a request for quotation. This announcement is a re-issuance of a previous solicitation, Solicitation Number NCNR0000-6-00021. The primary North American Industry Classification Code (NAICS) is 541620.The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Office of Response and Restoration (OR&R) has a requirement for Environmental Consulting Services in support of a coral reef restoration project in Vieques, Puerto Rico. The goals of this requirement are to test various materials and artificial reef structural designs to determine whether certain materials and forms are preferable to others in terms of the success of coral settlement and growth and the survival of corals transplanted to these structures, and to determine which structural forms are preferable in terms of habitat for other benthic and mobile reef organisms. The objectives of this project are to: 1) compare different materials such as cement, ceramic, and coral rock to examine differences between coral settlement and growth and coral transplant survival; 2) compare different artificial reef structures with varying shapes and forms to determine the influence of structure on coral reef settlement, growth, and transplant success, settlement and growth of other sessile marine organisms, and use by mobile reef organisms; and 3) produce a report containing findings and recommendations regarding the use of artificial structures to rebuild damaged coral reefs in terms of both materials and forms. NOAA requires information regarding settlement and transplant success of the staghorn (Acropora cervicornis) and elkhorn (A. palmata) coral species on artificial structures in order to determine whether potential impacts from cleanup activities can be mitigated for these two threatened species using artificial reef structures in areas where spawning populations and sources of transplants of these species are present. NOAA shall use artificial reef structures in coral restoration off Vieques Island and requires the testing of various materials and artificial reef structural designs to determine which structural forms are preferable in terms of habitat. A combination of structural forms and materials shall be proposed to create a minimum of three different artificial reef structures. Each of the three structures shall be used to test coral settlement and settlement of other sessile benthic organisms to artificial reef structures with and without coral transplants. A minimum of two replicates of each structure is requested, which will result in a minimum of twelve total structures. The project shall take place off Blue Beach in Vieques, Puerto Rico. The period of performance shall be from the date of award through twenty-four (24) months. The Government estimates that approximately $75,000.00 will be required for this work. The resulting purchase order shall be 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; 4) Small Business Status - Based on the applicable NAICS Code(541620), small businesses will be rated Good; other businesses will be rated Adequate. 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. 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 ?Coral Reef Restoration Project in Vieques, Puerto Rico? dated August 10, 2006 and provide a written and electronic response to be received no later than August 24, 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 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 twenty (20) 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 Environmental Consulting Services. The price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the firm 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
SN01115097-W 20060817/060815220302 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.