Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
MODIFICATION

F -- Coral Reef Conservation Program - Environmental and Technical Support

Notice Date
2/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental 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
NCNA0000-11-00002
 
Archive Date
3/9/2011
 
Point of Contact
Robert M McNamara, Phone: 301-713-0820x144
 
E-Mail Address
robert.mcnamara@noaa.gov
(robert.mcnamara@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This announcment amends the original solicitation by clarifying and correcting a few items: 1 - the estimated funding of the requirement is $9.9 million 2 - proposals shall be thirty (30) pages 3 - there will be no initial call in the solicitation Request for Quotation National Oceanic and Atmospheric Administration National Ocean Service Coral Reef Conservation Program Office of Ocean and Coastal Resource Management Environmental and Technical Support January 21, 2011 The National Oceanic and Atmospheric Administration (NOAA), a bureau operating within the Department of Commerce, is interested in awarding a Blanket Purchase Agreement (BPA) with a vendor capable of providing administrative and management services for the National Ocean Service (NOS), Coral Reef Conservation Program. A Statement of Objectives as well as the applicable terms and conditions are set forth in the attached BPA. The contractor shall respond to the attached Statement of Objectives (SOO) and first task by providing a technical approach and a price for completion. These services will be procured through the General Services Administration (GSA) Federal Acquisition Service (FAS), Multiple Award Schedule (MAS) 899, titled "Environmental Consulting Services", Special Item Number 899-1, entitled "Environmental Consulting Services." Award of a single Blanket Purchase Agreement using both fixed price and time and materials pricing arrangements is contemplated with an ordering period that will run for three years (36 months) from date of award. The type of pricing arrangement will depend on the nature of the individual requirement. The Government estimates the value of the BPA to be approximately $9.5 million over the term. Industry Classification System (NAICS) code for this Request for Quotation is 541620. The Small Business size standard is $7.0 million. All firms must state their size for this NAICS code. The NAICS code cited in this Request for Quotation is for internal business size stratification purposes only and is not meant to restrict this procurement to small businesses. Interested firms shall provide a written and electronic quotation no later than 12:00 PM, Tuesday February 22, 2011 addressed to Robert M.. McNamara, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7607, Silver Spring, Maryland 20910. The quotation for the initial call shall be limited to twenty (30) pages. Firms must submit a complete quotation. Quotations that are not substantially complete will be returned. Quotations shall remain valid for 90 days. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. A one-page letter shall transmit the quotation signed by an individual authorized to commit the organization. The one-page transmittal letter shall not count toward the page limit. The electronic version shall be submitted by email. The quotation shall contain all content and shall be sized to permit electronic submission. The relevant schedule contract shall be submitted and shall not count as part of the page limit. Any resultant BPA shall include the provisions of the schedule contract and any terms relevant to this Request for Quotation (RFQ). Any additional clauses required by public law, executive order, or acquisition regulations in effect at the time of execution of the order will be included. Each prospective contractor shall register with the U.S. Government through the Central Contractor Registration (CCR). The Central Contractor Registration (CCR) is the primary vendor database for the U.S. Federal Government. The Government reserves the right to make no award and will not be liable for any costs incurred in response to this solicitation. The Government will evaluate quotes in accordance with the evaluation factors set forth in this RFQ. The information provided shall be concise, specific and complete, and shall demonstrate a thorough understanding of the requirements of this RFQ. Additionally, the firm must demonstrate a reasonable relationship between the requirement and the price for that requirement. Firms shall offer to perform all requirements. Offers of partial performance may be rejected. Each quotation submission shall be on 8-1/2 x 11-inch paper, in a commercially standard font. The quotation shall be secured by simple stapling and shall not contain any separate binding. Each page in the quotation shall be separately numbered. A page of paper printed on both sides is considered as two pages (if using double-sided pages, the front side would be page 1, the reverse side would be page 2). The quotation shall not include brochures, newsletters, or other marketing materials. Submit quotations arranged in two sections as follows: Section I - Approach & Past Performance • Nature of the Firm o Primary shareholders o Ownership form o Management  Description of organization  Relationship of this program  Reporting chain of command o Location  Primary or headquarters location  List of relevant offices and roles  Method for servicing relevant Government locations o Business Summary  Revenue for prior three years by year  Net Income for prior three years by year  Employees for prior three years by year  Accounting year definition  DUNS Number  CCR Registration Status  Small business status based on applicable NAICS code  Tax Identification Number  Firm Points of Contact: Names, Phone, Email, Fax  Banking Relationship - Name, Phone, Email, Fax  Maximum amount authorized under line of credit  Amount outstanding under line of credit  Has your firm been suspended or debarred within the past three years?  Does your firm owe the Government for any contract or claim?  Does your firm have any contingent liabilities?  Is your firm currently receiving Government financing?  Does your firm have any judgments, liens, or pending suits?  Has your firm filed for bankruptcy within the past three years? • Personnel o Identification of Personnel  Staff - Person(s) performing the work  Manager - Person managing work and serving as single point of contact to Government  Officer - Person with authority to commit firm o Description of Qualifications of Personnel  Education  Experience  Credentials o Recruiting, Retainage, Benefits  Capacity to recruit  Methods to retain  Menu of Benefits o Subcontractors  Capacity to recruit experts  Method to retain  Frequency of paying subcontractor  Management of subcontractor products and services • Approach o Approach to perform and manage the work o Knowledge of organization o Knowledge of project accounting and invoicing o Tools and Methods o Capacity and Resources • Past Performance and Prior Experience o Quality and Relevance of Experience - Describe at least three (3) projects performed well in the last three years relevant to this project. Include the following data: Client Name Address Phone Number Fax Number Point of Contact for the Project Email Address of the Point of Contact Project Performance Period Dollar Value of the Entire Project Dollar Value of SIN-Relevant Work Name of Project/Contract Number For each project, provide a narrative account of the work performed and include the following elements: 1. Summary of the project, 2. Expanded description of work performed and results achieved, 3. Description of methodology, tools, and processes utilized in performing the work, 4 Adherence to project schedule and cost, 5. Problems encountered and corrective actions taken, 6. Identification of the similarity in scope and complexity to this project. SUBSTITUTION FOR CORPORATE EXPERIENCE: If corporate experience does not exist, the firm may substitute relevant projects of predecessor companies, key personnel, or of subcontractors who will be performing major aspects of the required work. If the firm chooses to make this substitution, the project descriptions must clearly state so, identifying the entity, personnel, or subcontractor that performed the services. Section II - Business and Pricing • Price o Schedule Contract Number o Pricing For Proposed Staff for each of three (3) years The following table provides estimates of the support required by activity for the first year. Firms should use a similar approach for the remaining two years. Activity Annual Labor Hour Estimate Price 1. Program Support 9,600 2. Information Management 2,880 3. Project Management 3,840 4. Communications and Outreach 3,840 5. Coral Reef Task Force 2,880 6. Operations Support 3,840 7. Regional Activity Support 15,360 8. Other OCRM/NOAA Support 3,840 9. Fellowship 14,400 Total 60,480 Firms should include labor categories and rates, including discounted rates, for each of three years. Firms must disclose their business practices and prices in a format that provides sufficient information for the Contracting Officer to make a determination of fair and reasonable pricing. Attach a copy of your schedule contract. It does not count toward the page limit. Basis for Award The objective of the Government is to select the offer that is the best value to the Government. All evaluation factors and their relative importance are set forth in the solicitation. The evaluation factors are listed in order of importance. While Price will not receive an adjectival rating, it shall be evaluated. Award shall be based on an integrated assessment of offers using all factors in the solicitation. Award may be made based on initial submissions. Oral Presentation An oral presentation may be required. If scheduled, the oral presentation will be approximately sixty minutes, including a twenty-minute overview of your quotation by the responsible manager with the contractor team in attendance, a twenty to thirty minute question and answer session, and a ten- minute introduction by the Government. If oral presentations are deemed necessary by the Government, they will be scheduled after the due date for quotations. Contractor Responsibility It is the policy of the Department of Commerce that contracts shall be awarded only to responsible prospective contractors. To be determined responsible, a prospective contractor must: • Have adequate financial resources to perform the contract or have the ability to obtain them; • Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; • Have a satisfactory performance record; • Have a satisfactory record of integrity and business ethics; • Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them including, as appropriate, such elements as production control procedures, property control systems, and quality assurance measures applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors. • Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; • Be otherwise qualified and eligible to receive an award under applicable laws and regulations. Evaluation Award will be made to the responsible Contractor whose offer represents the best value to the Government. The quote will be evaluated based on the factors set forth below. The factors, although relatively equal, are listed in order of importance. • Small Business Status - Those firms that state they are small shall receive a Good rating; those that state they are not small shall receive an adequate rating. • Approach - The likelihood of effectively meeting requirements • Past Performance and Prior Experience - The relevance and quality of past performance and prior experience. • Price - The amount, realism, balance, and consistency of the evaluated price. The evaluation will be based on use of an adjectival scheme as follows: • Excellent (E) - Very good of its kind; eminently good, superior or first class • Good (G) - Beneficial and worthwhile; sound and valid • Adequate (A) - Reasonably sufficient and suitable • Marginal (M) - Minimally suitable at the lower limit • Unsatisfactory (U) - Not acceptable, not adequate to carry out Place of Performance: Location of work to be performed will vary depending on the assignment. The contract will be centered at 1305 East-West Highway, SSMC 4, Silver Spring, MD.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCNA0000-11-00002/listing.html)
 
Place of Performance
Address: Various, United States
 
Record
SN02374772-W 20110209/110207234513-93f9c1b6ad4cac2b97b19a16249f1d73 (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.