Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2011 FBO #3431
SOLICITATION NOTICE

R -- Walrus Bio-sampling Project - Savoonga

Notice Date
4/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Contracting and General Services 1011 East Tudor RoadMail Stop 171 Anchorage AK 99503
 
ZIP Code
99503
 
Solicitation Number
F11PS00606
 
Response Due
4/15/2011
 
Archive Date
4/14/2012
 
Point of Contact
Katherine Smiley Contract Specialist 9077863616 Katherine_Smiley@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
General InformationDocument Type: Combined Synopsis/Solicitation Solicitation Number:F11PS00606Posted Date:4/15/2011Response Date: 4/22/2011, 12:00 P.M. Alaska timeSet Aside:100% Small Business Set Aside NAICS Code/Description:541712- Research and development in the Physical, Engineering, and Life Sciences (except Biotechnology)SBA: Size Standard: 500 EmployeeAcquisition Office AddressContracting and General ServicesU.S. Fish & Wildlife Service, Region 71011 East Tudor Road, Mail Stop 171Anchorage, AK 99503-6199DescriptionThis is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) in Subparts 12.6 and 13.105, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-51, April 1, 2011. This is fixed price procurement and requirements will be procured using commercial item procedures. A best value award selection will be made based on a comparison of all offers Upon award the Government will issue a contract to the selected Offeror. U.S. Department of Labor Wage Determination 2005-2017 Rev 13, dated 06/15/2010 will be incorporated into the contract. A copy is attached. Specifications: Scope of Work Location: Savoonga, AKBackground:Monitoring of the Pacific walrus harvest and the associated biological specimen collection has been conducted by the U.S. Fish and Wildlife Service (FWS) since 1990, when management responsibility was transferred from the State of Alaska.The FWS conducts the Walrus Bio-sampling project to assess the structure of the walrus harvest, population dynamics, and life history. The project collects walrus harvest data directly from hunters through daily on sight interviews. These interviews must be accomplished when the hunting party returns to the beach, and that may happen at any time of the day or night. The project also assists in the collection of various biological samples to aid research of Pacific walrus.Scope:The contractor will complete the Walrus Bio-sampling Project in Savoonga on St Lawrence Island from approximately 5/1/2011 through the end of the walrus hunting season or approximately 5/31/11. Work will include collection and/or supervision of a local crew in the collection of data pertaining to each walrus hunting trip and each walrus harvested. Biological sample collection will include but not be limited to walrus teeth and female walrus reproductive tracts, blubber and nasal swabs. Data and sample collection, recording, and reporting will be done in accordance with all protocols outlined in the 2011 FWS Walrus Harvest Monitor Project Manual (provided at award). Error check data and field process package and ship biological samples. FWS will provide all necessary data and sample collection supplies. The contractor must meet the following requirements to complete the work outlined above:"Fluent in St. Lawrence Island Yupik and English"Familiar with all Savoonga Walrus Hunters"Minimum of 5 seasons of experience in project management which included collecting and supervising others in the collection of walrus harvest data and biological samples Deliverables:1.The contractor will provide one completed walrus harvest monitor data sheet (government provided) for each walrus hunting trip as well as a completed walrus sample collection data sheet for each animal for which samples are collected. 2.The contractor will provide as many biological samples as can be collected following FWS collection protocols. Government Furnished Equipment: The Service will furnish all necessary data & sample collection supplies. Offerors Pricing: ITEM # Description Price1 FY2011 Walrus Bio-sampling $ Terms & ConditionsFAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html.Commercial Clauses:Provision Title Date52.212-01Instructions to Offerors--Commercial Items June 200852.212-04Contract Terms and Conditions--Commercial Items June 201052.212-03Offeror Representations and Certifications - Commercial Items at http://orca.bpn.gov August 200952.212-05Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items July 201052.222-50Combating Trafficking in Persons FEB 200952.233-3 Protest After Award AUG 199652.233-4 Applicable Law for Breach of Contract Claim OCT 200452.219-6 Notice of Total Small Business Aside June 200352.219-28Post Award Small Business Program Rerepresentation Apr 200952.222-3 Convict Labor June 200352.222-19Child Labor-Cooperation with Authorities and Remedies Jul 201052.222-21Prohibition of Segregated Facilities Feb 199952.222-26Equal Opportunity Mar 200752.222-36Affirmative Action for Workers with Disabilities Jun 199852.222-41Service Contract Act of 1965 Nov 200752.225-13Restrictions on Certain Foreign Purchases Jun 200852.232-33Payment by Electronic Funds Transfer-Central Contractor Registration Oct. 2003 52.212-02 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract 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 factors shall be used to evaluate offers: Price, technical capability of the item offered to meet the Government requirement, and past performance. All non-priced factors when combined are equal to price. Notice to Offers Questions and Answers: Questions will be accepted in writing to the Contracting Officer via email: Katherine_Smiley@fws.govthrough Wednesday, April 20, 2011 at 2:00 p.m. AK Time. All questions will be provided anonymously in an amendment with the answers in accordance with FAR 13.105 Synopsis and Posting Requirements and disseminated to all interested vendors by Thursday, April 21, 2011 by 2:00 p.m. Awards: The Government will make comparisons among the offerors until the Contracting Officer has decided which offeror(s) represent the ultimate best value to the Government. Shipping/Freight FOB Destination: All samples will be shipped in accordance with the directions provided in the 2011 FWS Walrus Harvest Monitor Project Manual Submitting a Quote: Quotes submitted shall contain the following information: Any and all data/information to verify product offered meets the standards/specification listed and or referenced here, RFQ number, Point of Contact: name, Address, Telephone number of Offeror, Terms of any expressed warranty, Price, any discount terms and Acknowledgement of all solicitation amendments (if applicable). Quote shall also contain all other documentation specified herein. Offerors quote is acceptance of all terms, conditions and provisions included in the solicitation. Facsimile and electronic mail quotes will be accepted.Period of Acceptance for Quotes: The Offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes, unless another time period is stated in an addendum to the solicitation. Late offers: The Government may consider quotations received after the time specified if award has not been made and it is determined to be in the best interest of the government. Quotations may be submitted by:Telephone to 907-786-3616E-mail to: Katherine_Smiley@fws.gov Faxed to: 907-278-3923 Mailed to: Attn: Kathi SmileyContracting and General ServicesU.S. Fish & Wildlife Service, Region 71011 East Tudor Road, Mail Stop 171Anchorage, AK 99503-6199 Point of Contact: Kathi Smiley, Contracting Officer 907-786-3616 Place of Performance: Anchorage, Alaska 99503 United States Submission of Offers: This section describes what information must be submitted to constitute an acceptable offer and to describe your capabilities. You are cautioned to follow the detailed instructions fully and carefully as the agency's proposal evaluation depends upon receiving the requested information. Failure to include the information may adversely affect the evaluation of your proposal.Solicitation Response Requirements: The solicitation response will consist of two separate sections. Your legal offer described in Section I and your technical capability/past performance information described in Section II below. Section I: Legal Offer. The offer consists of and must include the following: 1. Complete detailed offering of vendor's proposal to meet the government's specifications in the Statement of Work. 2. Pricing completed with rates offered in U.S. whole dollars for the solicitation requirement. 3. A print off of page one of the completed: FAR 52.212-3 Offerors Representations and Certifications; and 4. Acknowledgment of Solicitation Amendments (if any). The completion and submission to the Government of the above items will constitute an offer and will indicate the offeror's unconditional assent to the terms and conditions in this RFQ and in any attachments thereto. Section II: Capabilities. Organizational Experience/Past Performance Statement and Technical Information 1. A completed copy of the Organizational Experience/Past Performance Statement (A copy of this form can be found on the final page of the solicitation). The information requested in the questionnaire must accompany your offer and be in a similar format and include all of the information listed. a) Include recent and relevant contracts for the same or similar projects. b) The Government prefers experience and references within the past 3 years. You should verify that points of contact, telephone and facsimile numbers are valid. The references listed should be able to verify the services performed and be able to provide information about the quality of your past performance. Submit as many relevant references as you wish, but we may not contact all of them. Organization Experience/Past Performance Information Form OFFEROR'S NAME______________________________________________________________________ Organizational Experience/Past Performance Information List most recent, relevant past performance.Firm Name/Business Address: Insert Name and address of Firm you (your company) provided service/supply to. Date Prepared: Project Descriptions and Locations:Firm's Point of Contact, and Phone Number, FAX NumberTotal CostCompletion DateAdditional information may be submitted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00606/listing.html)
 
Record
SN02426133-W 20110417/110415234716-6761d72f728e538102311a4b7ea70383 (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.