Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
DOCUMENT

R -- 2009 Cooperative Seamap Winter Tagging Cruise - SOW

Notice Date
12/19/2008
 
Notice Type
SOW
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NFFKST40-9-03825
 
Archive Date
1/13/2009
 
Point of Contact
Jeanette Spreemann,, Phone: 3017130820141, Catherine A. Perren,, Phone: 301-713-0820
 
E-Mail Address
jeanette.spreemann@noaa.gov, catherine.a.perren@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NFFKST40-9-03825 is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The North American Industry Classification System Code (NAICS) is 541990. The requirement is for the U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Office of Science and Technology. Period of Performance: 01/15/2009 - 3/31/2009. 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) Technical Approach - The likelihood of effectively meeting the requirements of the SOW entitled 2009 Cooperative Seamap Winter Tagging Cruise (attached); 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. Factors 1 and 2 are more important than 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 provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. 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, FAR 52.212-2, Evaluation - Commercial Items - The Government will 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 clauses apply: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The FAR clauses are in 52.212-5 as follows are applicable to this acquisition; 52.222-3, 52.222-21, 52.222-26, 52.22-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, 52.232-33, 52.239-1, 52.222-41,52.22-42. All responsible sources that can meet the requirements may respond to this combined synopsis/solicitation by e-mailing a quotation to include technical approach to perform the work, past performance references and price. Interested firms shall provide an electronic quotation via email no later than 12:00 PM Eastern Time, December 29, 2008, addressed to Jeanette Spreemann, Contracting Officer. The quotation shall be limited to twenty pages. Firms shall submit a complete quotation. Quotations that are not substantially complete may be returned. Quotations shall remain valid for 90 days. 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. The quotation shall contain all content and shall be sized to permit electronic receipt. Each prospective contractor shall register with the U.S. Government through the Central Contractor Registration (CCR). The Central Contractor Registration (CCR) is the primary vendor database for the U.S. Federal Government. The Government reserves the right to make no award and shall not be liable for any costs incurred in response to this combined synopsis/solicitation. 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 shall demonstrate a reasonable relationship between the requirement and the price for that requirement. Firms shall offer to perform all requirements. Offers of partial performance may be rejected. E-mail quotes to the attention of jeanette.spreemann@noaa.gov and catherine.a.perren@noaa.gov. Quotes are to be received no later than 29 December 2008 at noon, 12:00PM EST. Questions may be emailed to catherine.a.perren@noaa.gov. The Government reserves the right to make one award or no award at all as a result of this solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8dbdaeed739be7611e2e84ce784fffbc&tab=core&_cview=1)
 
Document(s)
SOW
 
File Name: Statement of Work (2009CooperativeSeamap.doc)
Link: https://www.fbo.gov//utils/view?id=66ce9b6fb904426e473d82e8f97f46d0
Bytes: 35.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: from Cape Lookout North Carolina to Hog Island, Virginia, Cape Lookout, North Carolina, United States
 
Record
SN01721803-W 20081221/081219214701-8dbdaeed739be7611e2e84ce784fffbc (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.