Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
MODIFICATION

B -- NTHMP Mitigation and Education Sub-Committee National Survey

Notice Date
8/6/2010
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical 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
NWWB0200-10-09676
 
Archive Date
8/28/2010
 
Point of Contact
Kristen S Evangelista, Phone: 301-713-3405 x152
 
E-Mail Address
kristen.s.evangelista@noaa.gov
(kristen.s.evangelista@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in 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 written solicitation will not be issued. Solicitation Number NWWB0200-10-09676 is issued as a request for quotation and is 100% set aside for small business. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), National Tsunami Hazard Mitigation Program (NTHMP) Mitigation and Education Sub-Committee (MES) has a requirement to conduct a coordinated National Survey of tsunami-threatened communities and critical facilities. Conducting this survey will benefit the NTHMP by establishing a baseline of current local and state tsunami education, mitigation, planning, and warning capacities, including but not limited to: 1) which communities include tsunami response in their hazard mitigation plan and community planning, zoning and building code deliberations; 2) the number of communities that have existing tsunami evacuation maps; 3) the number of communities that sponsor tsunami-related education activities, 4) the number of communities that maintain community signaling devices, tsunami hazard and evacuation maps, tsunami exercises and training activities; and 5) TsunamiReady recognition status and challenges. The applicable NAICS Code is 541690 - Other Scientific and Technical Consulting Services. The Size Standard dollar amount is $7 million. This requirement is 100% set-aside for Small Businesses. The Department of Commerce, National Oceanic and Atmospheric Administration intends to make a single award resulting from this RFQ. Please review the attached Statement of Work (SOW) for further details. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) 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. Price and non price factors are relatively equal in determining best value. 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 clauses are those in effect through Federal Acquisition Circular Number 2005-43. The provisions and clauses may be downloaded at http://acquisition.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. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items. Any terms required by public law, executive order, or federal acquisition regulations in effect at the time of execution of the order, whether identified or not, are included. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. The Government shall award a firm fixed price 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. Interested contractors are invited to review the attached Statement of Work and provide an electronic response. Responses must be received by 12:00 Noon, August 13, 2010. Responses are to be emailed to kristen.s.evangelista@noaa.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An electronic version in MS Word or Adobe Acrobat is required in the form of an email with attachments A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. 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. The offer shall be limited to twenty (20) pages. Submit offers arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, which includes a firm fixed price for each of the four (4) tasks detailed in the SOW and a grand total. The firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the firm fixed price. The Government shall not be liable for any costs incurred in response to this request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NWWB0200-10-09676/listing.html)
 
Place of Performance
Address: Contractor Site, United States
 
Record
SN02231965-W 20100808/100806235413-c4cbd46165a283987cbd3f9edae5e49a (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.