Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2006 FBO #1851
SOLICITATION NOTICE

F -- Life Science, Administrative and Technical Support Services for the National Ocean Service, NOAA

Notice Date
12/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical 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
DG133C07RQ0080
 
Response Due
1/19/2007
 
Archive Date
2/3/2007
 
Description
Request for Quotation U.S. Department of Commerce National Oceanic & Atmospheric Administration NOAA National Centers for Coastal Ocean Science Center for Coastal Monitoring and Assessment December 19, 2006 This announcement serves as the solicitaion. No other announcement will be made. The Department of Commerce (DOC), National Oceanic Atmospheric Administration (NOAA), National Ocean Service (NOS), National Centers for Coastal Ocean Science (NCCOS) has a requirement for Life Sciences, Administrative, and Technical Support Services and tasks in the Center for Coastal Monitoring and Assessment (CCMA), the Center for Sponsored Coastal Ocean Research (CSCOR), and NCCOS headquarters. This involves life sciences, program policy and planning, logistical support, administrative support functions, and technical writing support. The services to be procured include, but are not limited to: o Administration, management, planning and coordination o Data acquisition via field surveys o Data entry and verification o GIS, statistical and numerical analysis of data and modeling A statement of objectives is set forth below. These services will be procured through the General Services Administration (GSA) Federal Supply Service (FSS), Multiple Award Schedule (MAS) entitled ?Environmental Services,? Special Item Number 899. Award of a single Time and Materials Order is contemplated for up to sixty months commencing on or about February 1, 2007. The Government estimates that $9,900,000 will be required to complete the work over the period of performance. Award is limited to firms that possess a current Environmental Services schedule contract with Special Item Number 899-1, 899-2, and 899-7. The applicable NAICS code is 541690. Interested firms shall provide a written and electronic quotation no later than 12:00 PM, January 19, 2007 addressed to Robert M. McNamara, Contract Specialist, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7607, Silver Spring, Maryland 20910, robert.mcnamara@noaa.gov. The quotation shall be limited to twenty pages. Firms must submit a complete quotation. Quotations that are not substantially complete will be returned. Quotations shall remain valid for 60 days. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. The one page transmittal letter shall count toward the page limit of twenty (20) pages. The electronic version shall be in the form of an email with one attachment. That single attachment shall contain all content and shall be sized to permit electronic submission. Any resultant order shall include the provisions of the schedule and any terms relevant to this Request for Quotation (RFQ). Any additional clauses required by public law, executive order, or acquisition regulations in effect at the time of execution of the order will be included. The Government reserves the right to make no award and will not be liable for any costs incurred in response to this solicitation. An award date of February 1, 2006 is anticipated and shall be used for pricing purposes. Each offeror shall register with the U.S. Department of Commerce vendor profile system in accordance with the procedures set forth at http://www.ofa.noaa.gov/%7Eamd/vendor_form.html. The Government will evaluate quotes in accordance with the evaluation factors set forth in this RFQ. The information provided shall be concise, specific and complete, and shall demonstrate a thorough understanding of the requirements of this RFQ. Additionally, the firm must demonstrate a reasonable relationship between the requirement and the price for that requirement. Firms shall offer to perform all requirements. Offers of partial performance shall be rejected. Each quotation submission shall be on 8-1/2 x 11-inch paper, in a commercially standard font. The quotation shall be secured by simple stapling and shall not contain any elaborate binding. Each page in the quotation shall be separately numbered. A page of paper printed on both sides is considered as two pages (if using double-sided pages, the front side would be page 1, the reverse side would be page 2). The quotation shall not include brochures, newsletters, or other marketing materials. Submit quotations arranged in two sections titled as follows: Section I ? Approach & Past Performance ? Nature of the Firm o Primary shareholders o Ownership form o Management ?X Description of organization ?X Relationship of this program ?X Reporting chain of command o Location ?X Primary or headquarters location ?X List of relevant offices and roles ?X Method for servicing relevant locations o Business Summary ?X Revenue for prior three years by year ?X Net Income for prior three years by year ?X Employees for prior three years by year ?X Banking Relationship ? name and point of contact ?X Description of line of credit ?X List of any suspension or debarment actions, claims against the Department of Commerce, agency level protests with the Department of Commerce, GAO protests, and any bankruptcy actions in the past five years. ? Personnel o Identification of Personnel ?X Staff ? Person(s) performing the work ?X Manager ? Person managing work and serving as single point of contact to Government ?X Officer ? Person with authority to commit firm o Description of Qualifications of Personnel ?X Education ?X Experience ?X Credentials o Recruiting, Retainage, Benefits ?X Capacity to recruit ?X Methods to retain ?X Menu of Benefits ? Technical and Management Approach o Approach to perform and manage the work ?X Plan of Action and Milestones for accomplishing the work ?X Understanding of program and solutions o Knowledge of organization o Tools and Methods o Capacity and Resources ? Past Performance o Relevant Experience ? Describe at least five (5) projects performed well in the last three years relevant to this project. Include the following data: Client Name Address Phone Number Fax Number Point of Contact for the Project Email Address of the Point of Contact Project Performance Period Dollar Value of the Entire Project Dollar Value of SIN-Relevant Work Name of Project/Contract Number For each project, provide a narrative account of the work performed and include the following elements: 1. Summary of the project, 2. Expanded description of work performed and results achieved, 3. Description of methodology, tools, and processes utilized in performing the work, 4 Adherence to project schedule and cost, 5. Problems encountered and corrective actions taken, 6. Identification of the similarity in scope and complexity to this project. SUBSTITUTION FOR CORPORATE EXPERIENCE: If corporate experience does not exist, the firm may substitute relevant projects of predecessor companies, key personnel, or of subcontractors who will be performing major aspects of the required work. If the firm chooses to make this substitution, the project descriptions must clearly state so, identifying the entity, personnel, or subcontractor that performed the services. Section II ? Business and Pricing ? Price o Schedule Contract Number o Labor Categories and Rates ?X Staff Rate ? These are the primary working level rates ?X Manager Rate ? This is the primary rate for the responsible point of contact ?X Officer Rate ? This is the rate for the responsible officer ?X Administrative Rate o Pricing Template for Evaluation o Category Hours Rate/Hour $ o Staff Senior Program Staff/Project Manager 1920 Senior Support Scientist IV 1920 Support Scientist III 7250 Support Scientist II 7250 Support Scientist I 3840 Scientific Analyst I 1920 Scientific Specialist ? Chemical Impacts 1920 Scientific Specialist ? Invasive Species Expert 1040 Scientific Specialist ? Invasive Species 1920 Scientific Specialist ? Environmental/Oceanographic 5760 Remote Sensing Science Support Specialist 1664 Scientific/Engineering Technician 1920 Program Specialist 1920 Science Writer 1920 Technical Writer/Clerical 1920 Administrative Support Assistant 1920 Subtotal Other Direct Charges $150,000/yr. These rates shall be taken from your contract less any flat percentage discount you wish to use. Performance rates shall be those in your contract discounted by the proposed flat percentage discount. If your MAS expires and you have no rates in the later years, develop them for this pricing; they will be binding. The template set forth above shall be used for pricing and evaluation purposes. All rates shall be based on performance at the Government site. The mix of work on Government sites and at Contractor sites over the five year period of performance is not precisely known. Technical direction shall be provided by the Contracting Officer?s Technical Representative as to location of work and labor mix. Firms must disclose their business practices and prices in a format that provides sufficient information for the Contracting Officer to make a determination of fair and reasonable pricing. Attach an electronic copy of your schedule contract. It does not count toward the page limit Other Direct Costs ? For evaluation purposes include travel and insurance charges of $150,000/yr.. Other direct costs must specify the elements of price and include any handling fees or related indirect costs. Identify any separate markups to be used for material, subcontracting, or other direct charge. Basis for Award The objective of the source selection is to select the offer that represents the best value to the Government. All evaluation factors that will affect contract award and their relative importance are set forth in the solicitation. The evaluation factors are listed in order of importance. While Price will not receive an adjectival rating, it shall be evaluated. Award shall be based on an integrated assessment of offers using all factors in the solicitation. Award may be made without discussions. An oral presentation may be required of the most highly rated firms. The oral presentation will be sixty minutes, including a twenty minute overview of your quotation by the responsible manager with the contractor team in attendance, a question and answer session, and an introduction by the Government. Contractor Responsibility It is the policy of the Department of Commerce that contracts shall be awarded only to responsible prospective contractors. To be determined responsible, a prospective contractor must: (a) Have adequate financial resources to perform the contract or have the ability to obtain them; (b) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; (c) Have a satisfactory performance record; (d) Have a satisfactory record of integrity and business ethics; (e) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them including, as appropriate, such elements as production control procedures, property control systems, and quality assurance measures applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors. (f) Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; (g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations. Evaluation Award may be made to the responsible Contractor that offers the best value to the Government. The quotation offer will be evaluated based on the factors set forth below. The factors, although relatively equal, are listed in order of importance. ? Approach ? The likelihood of effectively meeting requirements ? Personnel ? Relevance of education and experience to the work requirements ? Past Performance ? The relevance and quality of prior performance ? Price ? The amount, realism and consistency of the evaluated price. ? Small Business Status ? Based on the applicable NAICS Code (541512), small businesses will be rated Good; other businesses will be rated Adequate. The evaluation will be based on use of an adjectival scheme as follows: ? Outstanding (O) ? Conspicuously striking in eminence ? Excellent (E) ? Very good of its kind; eminently good, superior or first class ? Good (G) ? Beneficial and worthwhile; sound and valid ? Adequate (A) ? Reasonably sufficient and suitable ? Marginal (M) ? Minimally suitable at the lower limit ? Unsatisfactory (U) ? Not sufficient, not enough, disappointing Period of Performance The period of performance shall be from the date of award through sixty (60) months. Government Furnished Data, Equipment and Resources The Government will provide office space, including personal computers, telephones, fax machines and normal office supplies and equipment. Government facilities will be accessible from 7:30 am until 5:00 pm Monday through Friday, except for legal holidays, unless deviation is approved by the Contracting Officer?s Technical Representative (COTR). The quotes submitted shall form the basis for award. No further submissions are anticipated. Questions and comments may be directed to the Contract Specialist, Robert M. McNamara at 301-713-0820 x 144 and robert.mcnamara@noaa.gov. .
 
Place of Performance
Address: National Oceanic and Atmospheric Administration, Silver Spring, MD
Zip Code: 20910
Country: UNITED STATES
 
Record
SN01199287-W 20061221/061220094630 (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.