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
SOLICITATION NOTICE

R -- A Report of Best Management Practices for Reducing Impacts of Pesticides in Aquatic Environments & Protecting Non-target Species - Statement of Work

Notice Date
8/6/2010
 
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
NFFKPR00-10-17523
 
Archive Date
9/7/2010
 
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
N/A
 
Description
Statement of Work 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 NFFKPR00-10-17523 is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The associated NAICS code and small business size standard is 611310 and $7.0M. The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Endangered Species Division (ESP) has determined that a comprehensive review of commonly applies best management practices for the use and containment of aquatic pesticides is needed to evaluate the risk that aquatic pesticides pose on protected species and to determine the most effective best management practices for reducing the dispersal of aquatic pesticides and the exposure of non-target organisms. The Contractor shall provide a report of best management practices for reducing impacts of pesticides in aquatic environments and protecting non-target species. The Contractor will collect and review available literature, including grey literature available through state and federal agencies, non-profits, and research institutes, to develop a comprehensive report or library of best management practices for use in aquatic environments. The report would, at a minimum, include a review of commonly applied best management practices employed during the chemical control of: (1) mosquitoes and other nuisance insects (aquatic stages), (2) aquatic weeds and nuisance algae, and (3) aquatic nuisance animals. Common chemical controls for these pest categories include: naled, malathion, pyrethrin, monomolecular film, endothall, 2,4-D, copper sulfate, glyphosate, triclopyr, imazapyr, rotenone, antimycin A, TFM (3-triflouromethy-4nitophenol), chlorine, and many others. The resulting purchase order shall be awarded on a best value basis and will be firm fixed price. Period of Performance: Date of Award to March 20, 2011. 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 2005-44. 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 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.213-4, Contract Terms and Conditions - Other Than Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.222-21, Prohibition of segregated facilities, 52.232-33, Payment by Electronic Funds Transfer - Central Contract Registration, 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration; 52.232-39, Submission of Electronic Funds Transfer Information with Offer, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a proposal 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 August 23, 2010 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/NFFKPR00-10-17523/listing.html)
 
Place of Performance
Address: Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN02232678-W 20100808/100807000033-86c37a1492cc7c57918834e9ad520963 (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.