Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2008 FBO #2285
MODIFICATION

88 -- PROVIDE 1,000,000 EASTERN OYSTER BY CUSTOM SPAWNING

Notice Date
2/26/2008
 
Notice Type
Modification
 
NAICS
112512 — Shellfish Farming
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
64106
 
Solicitation Number
NFFKHC30832254CMM
 
Response Due
3/4/2008
 
Archive Date
3/19/2008
 
Point of Contact
Carey Marlow, Contract Specialist , Phone (816)426-7460 , Fax 816-426-7530
 
E-Mail Address
carey.m.marlow@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE DATE THAT OFFERS ARE DUE THROUGH MARCH 4, 2008. This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Narragansett, Rhode Island (RI) is seeking quotes from qualified shellfish growers for Eastern Oyster (Crassostrea virginica). The oyster seed must be delivered on or before June 1, 2008. This constitutes the only Request For Quote (RFQ), written quotes are being requested; and a written solicitation will not be issued. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.eupdate.dnb.com/requestoptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NFFKHC30832254CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. The line item(s) shall be delivered or picked up in accordance with the specifications listed below. The price shall include cost of delivery, in accordance with FAR 52.247-34, F.O.B. Destination (Nov 1991). Date of delivery is stated in the specifications listed below; destination point is Jerusalem, RI. The FAR clauses and provisions incorporated into this acquisition shall be: 52.211-8 Time of Delivery (Jun. 1997), 52.211-16 Variation in Quantity (Apr. 1984) {A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing. The permissible variation shall be limited to a 5% increase / 5% decrease.}, 52.211-17 Delivery of Excess Quantities (Sep.1989), 52.212-1, Instruction to Offerors ? Commercial Items (Nov 2007) {Note: Bid samples shall not be submitted with the bid but will be required to be submitted at the request of the Contracting Officer.}, 52.212-3 Offeror Representations and Certifications ? Commercial items (Nov. 2007). 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb. 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Dec 2007) (Sections 5, 15, 16, 17, 21, 24, 28, and 36). The Government has the right to award more than one purchase order from this RFQ if it is determined to be advantageous and in the Government?s best interest. FAR clauses and provisions are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Feb. 2005). Point of contact for NMFS will be designated at the time of award. Full text of these CAR clauses is available on the internet at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Tuesday, February 26, 2008. Offers may be faxed to 816-274-6923 Attn: Carey Marlow or submitted via email to carey.m.marlow@noaa.gov . In addition to price, offers must include the following for evaluation: 1. Brief, succinct cover letter expressing interest in responding to this announcement and deliverables, a brief company overview, resume outlining hatchery / business experience. The resume shall not to exceed four (4) pages. The cover letter shall include the firms contact information including address, phone and fax numbers, and email address. 2. A brief description detailing how oyster will be held in a tank or natural setting and indicate whether and how animals will be fed a cultured diet at any time prior to delivery to Rhode Island. 3. Past performance references for requirements that are comparable to those stated within. 4. Shellfish Pathology Report indicating disease-free broodstock prior to shipment into the state of Rhode Island. 5. A proposed delivery schedule. 6. FAR provision 52.212-3 Offeror Representations and Certifications ? Commercial Items (completed), or a statement verifying that this has been done through ORCA. 7. Certification of registration in the Central Contractor Registration database. The Government reserves the right to issue an order for part or all of the required quantity to any offeror. This is not an ?all or none? requirement. The Government may award to multiple offerors if it is determined to be advantageous and in the Government?s best interest. The Government may request to inspect the oyster at any time during the grow-out period, and may request samples from the offerors prior to award. The Government will then determine that samples meet the minimum size requirements described herein. This is a firm fixed price request for quote. PRODUCT DESCRIPTION: The National Marine Fisheries Service (NMFS) in collaboration with the Rhode Island Department of Environmental Management (RIDEM) has a requirement for Eastern Oyster (Crassostera virginica). Contractor shall provide live, healthy Eastern Oyster by custom spawning a cross of a diseased free-certified New England hybrid with a local Rhode Island broodstock that is known to be exposed to Dermo (Perkinsus marinus). Both broodstock strains will be provided to the hatchery by the NMFS/RIDEM. If, due to unanticipated circumstances, NMFS/RIDEM cannot supply or transport the preferred broodstock to the hatchery facility, an option to this requirement will be for the hatchery to use its own healthy, disease-resistant broodstock in producing oyster seed. The produces oyster seed shall be for use at RIDEM?s Coastal Fisheries Laboratory, Succotash Road, Jerusalem, RI. The contractor shall provide the oyster seed at a minimum size of 1.5 mm ? 2 mm shell length. We propose to place oyster seed in floating upweller systems (FLUPSY), until seeding size, then seed into Rhode Island coastal waters for restoration/enhancement projects. NMFS and RIDEM are requiring certified disease-free seed for the product. SCOPE OF WORK: Period of performance will be from date of award through June 1, 2008. Contractor shall provide 1,000,000, disease free-certified Eastern Oyster, minimum size of 1.5 mm ? 2.0 mm, using specific broodstock provided, and delivered by June 1, 2008. The selected hatchery shall provide a total of 1,000,000 live, healthy, Eastern Oyster (Crassostera virginica), resulting from a custom spawning of a cross of a diseased free-certified conditioned New England hybrid with a local, Rhode Island conditioned broodstock that is known to be exposed to Dermo (Perkinsus marinus). Both broodstock strains will be provided to the hatchery by the NMFS and RIDEM. As an option, bidders may propose an alternative regional broodstock source that is a disease-resistant strain, but bidders need to clearly indicate in their bid submittal what broodstock source will be used and from where the broodstock has been acquired. Produced oyster spat must be certified disease-free and a minimum shell size of 1.5 mm ? 2.0 mm at the time of delivery. The oyster shall be delivered to NMFS/RIDEM on or before June 1, 2008. The produce will be used by NMFS and RIDEM for restoration purposes. The oyster seed shall be certified as disease free prior to delivery. Failure to provide disease free certification shall be grounds for termination. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: Line Item #1 ? Provide 1,000,000 Custom spawned Eastern Oyster spat by June 1, 2008, as described herein. MAXIMUM NO. OF SCALLOP BROODSTOCK UNIT PRICE PER 1000 TOTAL _____________________ 1.5-2.0 mm = $X/ 1000 $_________________ FOB Destination GRAND TOTAL: $____________________________ The above price includes disease testing and delivery. The government has the right to maintain flexibility in the number of Northern Bay Scallop broodstock ordered provided that it is within limitations of the quoted quantity and is in 1000 increments. DELIVERY SCHEDULE: Required Delivery: June 1, 2008 Proposed delivery schedule: __________________________________________ END OF NOTICE NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-FEB-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NOAA/CASC/NFFKHC30832254CMM/listing.html)
 
Place of Performance
Address: RIDEM COASTAL FISHERIES LABORATORY SUCCOTASH ROAD JERUSALEM, RI 02879
Zip Code: 02879
Country: UNITED STATES
 
Record
SN01517680-F 20080228/080226225821 (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.