Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

R -- Mamagement Support Activities for OSC - Statement of Work

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management 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, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NEEA0000-9-15074
 
Archive Date
7/28/2009
 
Point of Contact
Gina E Lee, Phone: 301-713-0820 x208
 
E-Mail Address
gina.e.lee@noaa.gov
(gina.e.lee@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items in accordance with the Federal Acquisition Regulations (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 separate written solicitation will not be issued. Solicitation Number NEEA0000-9-15074 is issued as a request for quotation. The applicable North American Industry Code System code is 541611 and size standard $7.0. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), USEC/HQTR/LA, has a requirement to provide management support activities to include planning, scheduling, coordinating, and performing administrative and office management functions for the Office of Space Commercialization (OSC) and Space-Based Positioning, Navigation, and Timing (PNT) National Coordination Office (NCO). The Contractor shall perform administrative functions including developing, evaluating and monitoring outgoing correspondence, reviews incoming correspondence prior to distribution and ensures compliance with established deadlines. The Contractor shall recommend process improvements for OSC/NCO administrative operations and processes; coordinate and scheduled appointments for leadership, and serves as the focal point with OSC administrative personnel; coordinate leadership and staff leave and travel schedules and provides logistical support for senior level government meetings; provide day-to-day office management to include handling incoming and outgoing phone calls, faxes, and maintains office files within Department of Commerce (DOC) standards; serves as the principle travel advisor and processes travel orders for OSC/NCO leadership and staff; and track office expenditures, manages office operations processes, supports property management activities, and coordinates office space and Information Technology (IT) services. The period of performance is from August 16, 2009 through August 15, 2010 with two additional 12-month option periods. The resulting purchase order shall be awarded on a best value basis and will be firm fixed price. Best value evaluation factors include the following: 1) Technical 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. 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 2005-33. 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. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, 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. FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-14, Limitations on Subcontracting, FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a quotation addressed to Gina E. Lee, Purchasing Agent, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7144, Silver Spring, Maryland 20910, to be received no later than July 11, 2009 at 12:00pm. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Gina.E.Lee@noaa,gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NEEA0000-9-15074/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN01863341-W 20090703/090702002613-b79f730a2c227dfa6351c6ceacdb146d (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.