Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

A -- Aerosol Algorithm Development Support for GOES-R - ATTACHMENT - ATTACHMENT

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
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
RFQ-9-18567
 
Archive Date
9/19/2009
 
Point of Contact
Sheila Adjei,
 
E-Mail Address
sheila.adjei@noaa.gov
(sheila.adjei@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW Combined Synopsis The Department of Commerce (DOC), NESDIS, Center for Satellite, Applications and Research (STAR) requires a contractor for services consisting of Aerosol Algorithm Development Support for GOES. The services will be for a one year period. This is a combined Synopsis/Solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, and guidance of FAR 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation that will be published; proposals are being requested and a written Solicitation will not be issued. This combined Synopsis/Solicitation will be provided electronically only. The Solicitation includes the following Attachments: Combined Synopsis Attachment A: Statement of Work (SOW) This requirement is 100% set-aside for Small Businesses. The applicable NAICS is 611310, Colleges, Universities, and Professional Schools. The applicable size standard is $6.5M. The Solicitation RFQ-9-18567 is a Request for Quote (RFQ). The anticipated award date will be no later than 09/14/2009. The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. Offerors are required to check Federal Business Opportunity website: www.fbo.gov for any amendments to this combined Synopsis/Solicitation. All questions must be in writing and received by the DOC/NOAA Contracting Office not later than 10:00 am local time by 08/31/2009. No telephonic request will be entertained. All responses to questions will be posted by way of an amendment to this combined Synopsis/Solicitation. The email address for submission of all questions is sheila.adjei@noaa.gov. Questions must be addressed to the Contract Specialist only. I. PROPOSAL SUBMISSION REQUIREMENTS: The RFQ shall be submitted electronically by 09/04/2009, by 10:00 am local time to the attention of: Sheila Adjei Contract Specialist DOC/NOAA -NCAD Via electronic transmission to sheila.adjei@noaa.gov II. Proposal Content: The offeror's proposal shall consist of Sections A through D as described below. a. Technical Capability: approach to understanding the requirement and qualifications. b. Past Performance: The offeror shall submit at least three (3) Past Performance References for contracts of similar work performed. References shall include a) date of work performed and brief description of assignment; b) dollar value of the contract and c) point of contact. References must be able to confirm experience as it relates to the project. c. Pricing: The Offeror's price proposal must include a firm fixed price. d. Offeror's must submit a complete response. Responses that are not complete will be returned without further consideration. Responses must be electronically submitted in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. Each response shall be on 8 1/2-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to twenty (20) single sided pages. III. EVALUATION: • This will be a best value award conducted in accordance with Federal Acquisition Regulation (FAR) Part 12. The award will encompass the entire Statement of Work. No partial awards will be made. • Award will be made to the offeror deemed responsible in accordance with FAR 9.104, as supplemented, whose proposal conforms to the Solicitation's requirements and is judged to represent the best value to the Government. • FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) The above stated FAR Clause is applicable to this evaluation process. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: - Offeror's technical approach, the offeror's approach to understanding the requirement and qualifications. - The quality of the offeror's recent and relevant past performance - Price Options: The Government will evaluate offers for award purposes by adding the total price for all years to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the year prices are significantly unbalanced. The evaluation criteria above are listed in descending order of importance. When combined, the technical approach and past performance are significantly more important than price. As non-priced factors reach equality, price becomes a significant factor. The price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. The Government shall not be liable for any costs incurred in response to this request. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. • The Government intends to evaluate proposals and award a contract without discussions with offerors except for clarifications. Therefore, the offeror's initial proposal should contain the offeror's best terms. The Government reserves the right to conduct discussions if deemed necessary. • Past Performance: Offeror must ensure three (3) Past Performance References are submitted as described above. Past Performance shall be received by the submission date of proposals. Past Performance references must be emailed as stated above. Past performance assessments will be evaluated in the areas of :  Quality of Work  Business Relations  Timeliness of Performance  Customer Satisfaction a. EVALUATION APPROACH: The Government intends to use the offeror's proposal as a means of evaluating the offeror's ability to satisfy the requirement of this Purchase Order, in terms of the technical approach in conjunction with past performance, and pricing submission to determine the award of the Purchase Order. The best value will represent the offeror that demonstrates the ability to provide the best proposal to the Order, considering the offerors' understanding of the project and the offeror's approach to satisfy the requirements, ability to satisfy the schedule and deliverable requirements, past performance as it relates to the Order and price. Price will include the reasonableness of the price and locality adjustment factor(s). The Government may award to other than the highest rated offeror when the price proposed by this offeror for the tasks is determined to be unaffordable. IV. SOLICITATION PROVISIONS AND CONTRACT CLAUSES The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation Commercial Items 52.212-3 Offeror Representations and Certifications -Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders---Commercial Items (5, 15, 16, 18, 19, 20, 31, and 36) 52.219-14 Limitations on Subcontracting 52.222-46 Evaluation of Compensation for Professional Employees 52.229-1 State & Local Taxes 52.252-2 Clauses Incorporated by Reference 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/ In accordance with FAR 13.303-3(a), IV. SOLICITATION PROVISIONS AND CONTRACT CLAUSES The following clauses from the Federal Acquisition Regulation (FAR) apply to this synopsis/solicitation 52.204-7 Central Contractor Registration 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation Commercial Items 52.212-3 Offeror Representations and Certifications -Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders---Commercial Items (5, 15, 16, 18, 19, 20, 31, and 36) 52.219-14 Limitations on Subcontracting 52.222-46 Evaluation of Compensation for Professional Employees 52.229-1 State & Local Taxes 52.252-2 Clauses Incorporated by Reference 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/ In accordance with FAR 13.303-3(a), END OF DOCUMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/RFQ-9-18567/listing.html)
 
Record
SN01928174-W 20090828/090827001828-4eafc04481bacd3def71d034a633c825 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.