Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

B -- Marine Mammal Data - Habitat Assessment - RFQ SF18 / SOW

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/National Marine Fisheries Service, James J. Howard Marine Sciences Lab, 74 Magruder Road, Highlands, New Jersey, 07732, United States
 
ZIP Code
07732
 
Solicitation Number
RFQ-SWFSC-0045
 
Archive Date
9/23/2009
 
Point of Contact
pamela.g.jones, Phone: 8585467009
 
E-Mail Address
pamela.g.jones@noaa.gov
(pamela.g.jones@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote Standard Form SF18 / Statement of Work DESCRIPTION/SPECIFICATIONS/WORK STATEMENT The Contractor shall furnish the necessary personnel, material, equipment, services, and facilities (except as otherwise specified) to perform the following Statement of Work/Specifications. STATEMENT OF WORK/SPECIFICATION Collect Seabird and Marine Mammal Data in Order to do a Habitat Assessment in the Antarctic BACKGROUND The Antarctic Marine Living Resources Convention Act of 1984 (Title III of Public Law 98-623, 16 U.S.C. 2431 et seq.) provides the legislative authority necessary to implement, with respect to the United States, the Antarctic Marine Living Resources (AMLR) program. The AMLR program, which is managed by the Antarctic Ecosystem Research Division (AERD) at the Southwest Fisheries Science Center (SWFSC), provides information to the U.S. delegation to the Convention for the Conservation of Antarctic Marine Living Resources (CCAMLR), part of the Antarctic treaty system. A critical component of the U.S. AMLR program is an annual cruise to a study area located in the vicinity of the Antarctic Peninsula. Both shipboard and shore-based studies are conducted in order to monitor the state of the pelagic ecosystem. As part of the shipboard studies, seabird and marine mammal observations are conducted to understand the abundance and distribution of seabirds and marine mammals in the AMLR study area. An important aspect of the seabird and marine mammal observations is the comparison of datasets from different cruise years focusing on interannual variations in seabird and marine mammal species abundance relationships. In particular, special attention is given to the interactions between krill and another key seabird and marine mammal species. PURPOSE A. Overall Program Objectives: The AMLR program monitors finfish, crab, and krill fisheries, projects sustainable yields where possible, and formulates management advice and options. In addition, the program conducts field research designed to describe the functional relationships between krill (Euphausia superba), their predators, and key environmental variables. B. Specific Study Objectives The specific objective of the research covered by this contract includes the following: 1. To perform seabird and marine mammal observations and collect data in order to provide datasets that describe the demographic structure of seabirds and marine mammals and the abundance and distribution of these species in the AMLR study area during Leg I of the AMLR 2008 research cruise. CONTRACT TASKS A. Tasks The Contractor will be required to participate on one cruise leg of the AMLR 2010 research cruise (Legs I & II will be approximately 70 days in total including port calls), beginning and ending in Punta Arenas, Chile on or about 8 January 2010 and on or about 10 Feb 2010. 1. Seabird/Marine Mammal Dataset Collection: The Contractor will observe and collect distribution and abundance data on seabirds and marine mammals. The Contractor will assist in the identification of species, mapping distribution and abundance of species and the production of dataset reports. The Contractor will stand a daily watch of 12 hours while conducting these tasks. GOVERNMENT-PROVIDED AND CONTRACTOR-PROVIDED PROPERTY The Government will provide the net sampling systems and all other equipment and supplies required for the contracted tasks above. The Government will provide the Contractor room and board aboard the chartered vessel. The Government will provide the Contractor with cold-weather apparel while working aboard the vessel. The Contractor will provide personal clothes, such as pants, shirts, undergarments, socks, etc. The Contractor will also provide personal effects that might be desired while aboard the ship. REPORTING REQUIREMENTS AND DELIVERABLES: The Contractor shall be required to complete and submit dataset reports from the net sampling surveys throughout operations on Leg I of the cruise. The Contractor will be instructed by the Chief Scientist on the sampling protocol, on the format of these dataset reports, and also on the schedule for delivering these reports during the cruise. INSURANCE COVERAGE The contractor is solely responsible for their own health, workmen's compensation and unemployment insurance as well as applicable social security, local, state, and federal taxes. The Government does not provide insurance to the Contractor and, under most circumstances, is not liable for injuries suffered by the Contractor during the performance of duties. TRAVEL Travel shall include all costs associated with getting the Contractor from his/her home in the U.S. to Punta Arenas, Chile and return, including airfare, ground transportation, lodging, food, and miscellaneous expenses associated with this travel. AWARD CRITERION Award will be made based on Best Value, taking into consideration both Price and Experience. The contractor will be assessed on technical skill, ability to complete the deliverables within the time frame of the contract, knowledge of relevant datasets, demonstrated ability to do the work, and price. INVOICING In compliance with the Prompt Payment Act, the Financial Management Division will pay an invoice in accordance with the terms set forth in the contracts with vendors if a "proper invoice" is received. A "proper invoice" has: 1. Name of the vendor and an invoice date 2. Purchase order number 3. Description, price and quantity of property and services actually delivered or rendered 4. Payment terms are "Net 30". 5. Name, title, phone number, and complete mailing address of the responsible official to whom payment is to be made 6. All invoices will be signed by vendor Invoices are to be submitted to: Pamela G. Jones NOAA / SWFSC 3333 N Torrey Pines Court La Jolla, CA 92037 PAYMENT TERMS This order is net 30 days which means you will receive payment 30 days after a proper invoice is received. Do not expect early payment. If it has been longer than 30 days from the Contracting Officer's receipt of the invoice, you may request information on when you can expect payment. FEDERAL, STATE, AND LOCAL TAXES Except as may be otherwise provided in this contract price includes all applicable federal, state, and local taxes and duties in effect on the date of this contract but does not include any taxes from which the Government the Contractor or this transaction is exempt. Upon request of the contractor, the Government shall furnish a tax exemption certificate or similar evidence of exemption with respect to any such tax not included in the contract price pursuant to this clause. For the purpose of this clause, the term "date of this contract" means the date of the contractor's quotation or, if no quotation, the date of this Purchase order. PURCHASE ORDER CLAUSES 52.213-4 TERMS AND CONDITIONS-SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (SEPT 2006) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses that are incorporated by reference: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (ii) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (E.O. 11246). (iii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iv) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (v) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (vi) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (2) Listed below are additional clauses that apply: (i) 52.232-1, Payments (Apr 1984). (ii) 52.232-8, Discounts for Prompt Payment (Feb 2002). (iii) 52.232-11, Extras (Apr 1984). (iv) 52.232-25, Prompt Payment (Oct 2003). (v) 52.233-1, Disputes (July 2002). (vi) 52.244-6, Subcontracts for Commercial Items (Sept 2006). (vii) 52.253-1, Computer Generated Forms (Jan 1991). (b) The Contractor shall comply with the following FAR clauses, incorporated by reference, unless the circumstances do not apply: (1) The clauses listed below implement provisions of law or Executive order: (i) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). (Applies to contracts for supplies exceeding the micro-purchase threshold.) (ii) 52.222-20, Walsh-Healey Public Contracts Act (Dec 1996) (41 U.S.C. 35-45) (Applies to supply contracts over $10,000 in the United States, Puerto Rico, or the U.S. Virgin Islands). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) (Applies to contracts of $100,000 or more). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (Applies to contracts over $10,000, unless the work is to be performed outside the United States by employees recruited outside the United States.) (For purposes of this clause, United States includes the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island.) (v) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212) (Applies to contracts of $100,000 or more). (vi) 52.222-41, Service Contract Act of 1965, As Amended (JULY 2005) (41 U.S.C. 351, et seq.) (Applies to service contracts over $2,500 that are subject to the Service Contract Act and will be performed in the United States, District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, Johnston Island, Wake Island, or the outer continental shelf lands). (vii) 52.223-5, Pollution Prevention and Right-to-Know Information (Aug 2003) (E.O. 13148) (Applies to services performed on Federal facilities). (viii) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d) (Applies to contracts for supplies, and to contracts for services involving the furnishing of supplies, for use in the United States or its outlying areas, if the value of the supply contract or supply portion of a service contract exceeds the micro-purchase threshold and the acquisition- (A) Is set aside for small business concerns; or (B) Cannot be set aside for small business concerns (see 19.502-2), and does not exceed $25,000). (ix) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (Applies when the payment will be made by electronic funds transfer (EFT) and the payment office uses the Central Contractor Registration (CCR) database as its source of EFT information.) (x) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (MAY 1999). (Applies when the payment will be made by EFT and the payment office does not use the CCR database as its source of EFT information.) (xi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. App. 1241). (Applies to supplies transported by ocean vessels (except for the types of subcontracts listed at 47.504(d).) (2) Listed below are additional clauses that may apply: (i) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sept 2006) (Applies to contracts over $30,000). (ii) 52.211-17, Delivery of Excess Quantities (Sept 1989) (Applies to fixed-price supplies). (iii) 52.247-29, F.o.b. Origin (Feb 2006) (Applies to supplies if delivery is f.o.b. origin). (iv) 52.247-34, F.o.b. Destination (Nov 1991) (Applies to supplies if delivery is f.o.b. destination). (c) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far/index.html (d) Inspection/Acceptance. The Contractor shall tender for acceptance only those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. The Government must exercise its postacceptance rights- (1) Within a reasonable period of time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (e) Excusable delays. The Contractor shall be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence, such as acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (f) Termination for the Government's convenience. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. In the event of such termination, the Contractor shall immediately stop all work hereunder and shall immediately cause any and all of its suppliers and subcontractors to cease work. Subject to the terms of this contract, the Contractor shall be paid a percentage of the contract price reflecting the percentage of the work performed prior to the notice of termination, plus reasonable charges that the Contractor can demonstrate to the satisfaction of the Government, using its standard record keeping system, have resulted from the termination. The Contractor shall not be required to comply with the cost accounting standards or contract cost principles for this purpose. This paragraph does not give the Government any right to audit the Contractor's records. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. (g) Termination for cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any contract terms and conditions, or fails to provide the Government, upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. (h) Warranty. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. (end of clause) 52.204-7 Central Contractor Registration 52.222-6 Davis-Bacon Act 52.222-7 Withholding of Funds 52.222-8 Payrolls and Basic Records 52.222-9 Apprentices and Trainees 52.222-10 Compliance with Copeland Act Requirements 52.222-11 Subcontracts (Labor Standards) 52.222-12 Contract Termination-Debarment 52.222-13 Compliance with Davis-Bacon and Related Act Regulation 52.222-14 Disputes Concerning Labor Standards 52.222-15 Certification of Eligibility 52.222-27 Affirmative Action Compliance Requirements for Construction (applies to contracts over $10,000) 52.225-13 Restrictions on Certain Foreign Purchases 52.228-13 Alternative Payment Protections 52.232-5 Payments Under Fixed Price Construction Contracts 52.236-5 Material and Workmanship 52.236-7 Permits and Responsibilities 52.243-5 Changes and Changed Conditions 52.249-2 Termination for Convenience of the Government (Fixed-Price) Alt. I If the Davis-Bacon Act is applicable, wage determination may be obtained at http://www.wdol.gov. If you are unable to access this website, please contact the Contracting Officer to obtain a full text copy of the wage determination. PROVISIONS 52.204-8 Annual Representations and Certifications (Jan 2006) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 541690. (2) The small business size standard is __Small business making up to Up To $7,000,000 Annually____. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (c) of this provision applies. (2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (c) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [ ] (i) Paragraph (c) applies. [ ] (ii) Paragraph (c) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR Clause # Title Date Change ____________ _________ _____ _______ Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. (End of provision) 52.222-5 Davis-Bacon Act-Secondary Site of the Work (JULY 2005) (a)(1) The offeror shall notify the Government if the offeror intends to perform work at any secondary site of the work, as defined in paragraph (a)(1)(ii) of the FAR clause at 52.222-6, Davis-Bacon Act, of this solicitation. (2) If the offeror is unsure if a planned work site satisfies the criteria for a secondary site of the work, the offeror shall request a determination from the Contracting Officer. (b)(1) If the wage determination provided by the Government for work at the primary site of the work is not applicable to the secondary site of the work, the offeror shall request a wage determination from the Contracting Officer. (2) The due date for receipt of offers will not be extended as a result of an offeror's request for a wage determination for a secondary site of the work. (End of provision) 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction (Feb 1999) (a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation. (b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Goals for Minority Participation for Each Trade Goals for Female Participation for Each Trade ________________ ________________ [Contracting Officer shall insert goals] [Contracting Officer shall insert goals] These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office. (c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction," and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed. (d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the- (1) Name, address, and telephone number of the subcontractor; (2) Employer's identification number of the subcontractor; (3) Estimated dollar amount of the subcontract; (4) Estimated starting and completion dates of the subcontract; and (5) Geographical area in which the subcontract is to be performed. (e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" is La Jolla, California in San Diego County [Contracting Officer shall insert description of the geographical areas where the contract is to be performed, giving the state, county, and city]. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/RFQ-SWFSC-0045/listing.html)
 
Place of Performance
Address: SOUTHWEST FISHERIES SCIENCE CENTER, 3333 N TORREY PINES COURT, LA JOLLA, California, 92037, United States
Zip Code: 92037
 
Record
SN01925862-W 20090827/090826001040-5fa1b45e3cccdc28a15e036e70108d44 (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.