Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2008 FBO #2284
SOURCES SOUGHT

R -- Sources Sought Announcement for NAWQA Support Services

Notice Date
2/25/2008
 
Notice Type
Sources Sought
 
Contracting Office
U S GEOLOGICAL SURVEY, APS ACQUISITION BRANCH, MS 205 12201 SUNRISE VALLEY DRIVE RESTON VA 20192
 
ZIP Code
20192
 
Solicitation Number
08HQSS0026
 
Response Due
3/7/2008
 
Archive Date
2/24/2009
 
Point of Contact
JENNY KELLEY CONTRACTING OFFICER 7036487376 jkelley@usgs.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY for planning purposes to identify interested vendors for the requirement detailed below. In accordance with FAR 19.5, Set-Asides for Small Business, the Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement. The U.S. Geological Survey (USGS) National Water Quality Assessment (NAWQA) Program produces and distributes water information through several outreach activities as a part of the Federal Advisory Committee Act-designated Advisory Committee on Water Information. NAWQA's technical assessments of the health of selected river systems and principal aquifers across our Nation yield valuable information on water resources to the public and private sector. NAWQA has an existing active outreach effort, and seeks venues to communicate its findings as efficiently, effectively, and successfully as possible to the public and private sector. To meet these requirements, NAWQA draws upon its own staff and other Federal and non-Federal subject matter experts. USGS has a requirement for an experienced private sector liaison to help NAWQA meet its directive to be relevant, to share information, and to incorporate ideas and outside input into future NAWQA assessments. The liaison will be required to provide advice, and coordinate and conduct several meetings, briefings, and interactions between NAWQA and Federal, non-Federal, and private interest users of water-quality information. The contractor must have proven experience in all phases of planning and coordinating large technical meetings with diverse audiences. The contractor must have a specific and unique knowledge of past, present and future water quality issues and must possess an extensive understanding of the NAWQA program and its science activities. The contractor must also have extensive experience working with the National Liaison Committee and other national groups interested in and responsible for water quality issues. The Government anticipates award of a non-commercial, definite quantity, fixed price type contract. The procurement is anticipated to be a base year with four (4) one-year option periods. The incumbent contractor is Judy Campbell Bird of Chevy Chase, MD. The North American Industry Classification System (NAICS) code is 541620 and the size standard is $6.5M. Any business concern who believes they can responsibly perform this requirement should submit the following information to the contract specialist no later than close of business Friday, March 7, 2008: 1. Capability statement describing corporate expertise and technical qualifications in support of the requirement described above. 2. Statement that the potential offeror does not provide advocacy and/or lobbyist services. 3. Past performance information describing other contracts held for a similar requirement. Past performance information should be submitted for projects conducted within the last three years and include: project title, location, whether the work was as a prime or subcontractor, contract/subcontract dollar value, type of contract, percentage of self-performed work, and overall performance rating received. 4. Size status of potential offeror (Large, Small, 8(a), HUBZone, SDVOSB, etc.) 5. Point of contact information for potential offeror, Cage Code, and D&B Number. 6. Any other information that will prove the potential offeror is capable of performing the required effort. Submissions should be mailed to the attention of Jenny Kelley, Contract Specialist, 12201 Sunrise Valley Drive, MS 205, Reston, VA, 20192. Responses should be limited to 10 pages (single-sided). Any information submitted in excess of the 10 pages will not be evaluated. Email responses will not be accepted or evaluated. NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for proposals. The Government does not intend to award a contract based on responses received under this announcement. A formal solicitation, performance work statement, and technical exhibits are not available for release at this time. All questions and concerns may be submitted to the contract specialist via email only at jkelley@usgs.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=1052515)
 
Place of Performance
Address: TBD
Zip Code: 20192
Country: USA
 
Record
SN01516242-W 20080227/080225230337 (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.