Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOLICITATION NOTICE

B -- Northern Mariana Islands Sea Turtle Program

Notice Date
7/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NFFT5000-11-05238DT
 
Archive Date
8/2/2011
 
Point of Contact
Doris P Turner, Phone: 303-497-3872
 
E-Mail Address
doris.p.turner@noaa.gov
(doris.p.turner@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NFFT5000-11-05238DT (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541712. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 Provide all labor and material necessary to provide technical expertise and submit necessary documents to maintain program implementation. (VI) Description of requirements is as follows: STATEMENT OF WORK Background The National Marine Fisheries Service (NMFS) of the National Oceanographic and Atmospheric Administration (NOAA) is jointly responsible for the management of marine turtle populations occurring in US Flag waters of the Pacific Islands Region as mandated by the Endangered Species Act (ESA). A program to understand marine turtle biology and ecology to contribute to effective management of Pacific turtle stocks and their ecosystems is currently conducted by the local resource management agency Department of Land and Natural Resources (DLNR) in the Commonwealth of the Northern Mariana Islands (CNMI) based in Saipan. The NMFS Pacific Islands Regional Office (PIRO) seeks to contract with a qualified sea turtle biologist to provide contractual support to bolster efforts of the CNMI Marine Turtle Program to ensure standardized research methodology, program implementation, and reporting. This contractor will act as member of the CNMI Marine Turtle Program team to ensure that standardized methodology is implemented for nesting beach and in-water monitoring activities and necessary grant and federal permit reporting requirements are completed in a timely manner. Contract Scope Contractor will be expected to participate as a team member of the CNMI marine turtle nesting beach and in-water monitoring program. Primary contract duties and deliverables will be to provide technical expertise and submit necessary documents to maintain program implementation. Contract Objectives The objective of this contract is to secure a qualified biologist to support the CNMI Marine Turtle Program who is responsible to: 1) ensure quality research is undertaken in compliance with NMFS and USFWS federal permit requirements and ESA section 6 agreements to gather population demographic information of marine turtles in CNMI, and 2) manage data and analysis of data to facilitate development of necessary documents and reporting to maintain program implementation and compliance. To accomplish this objective, NMFS seeks to achieve the following objectives with this contract: • Identify and contract with a qualified sea turtle biologist (Masters Degree required). • Contractor should have technical expertise to assist the CNMI Marine Turtle Program to collect marine turtle biological and ecological data pursuant to NMFS and USFWS federal permit requirements. • Contractor should have expertise and capacity to adequately manage data and information, and provide analysis of such data that will be used to develop programmatic reports, documents, and applications to maintain and promote CNMI marine turtle program operations:  Oversee and coordinate the drafting of project reporting occurring during the contract period (2 six month progress and 2 annual comprehensive reports);  Draft annual NMFS permit and USFWS section 6 permit reports (due Sept 30, 2011, and January 31, 2012, respectively); and  Provide technical expertise to continue development of CNMI's sea turtle program goals and objectives through education and outreach and other community networking initiatives. Contractor Tasks and Duties As contract biologist of the CNMI Marine Turtle Program, contractor's duties will include: • To function as team member for field work of monitoring activities (in-water and nesting beach) and sea turtle stranding network, shipping lab samples to partner NMFS scientists, and direct purchasing procurements of items as needed for programmatic activities; - Field activities will occur on islands of Saipan, Rota or Tinian. Travel from Saipan to Rota or Tinian allowed and encouraged, but travel costs included within contract scope and up to the discretion of contractor. Fuel cost also included within scope of contract. • Manage and compile data/information and coordinate development of reports to ensure programmatic reporting compliance during contract period; • Coordinate continued development of programmatic research goals and management objectives; • Provide technical assistance to DLNR to help continue development of the program's goals and objectives, including education and outreach and other community networking initiatives; • Write and submit annual NMFS permit and USFWS section 6 reports due during contract period; • Coordinate with NMFS scientists and managers, collaborating local NGO partners, and project staff to schedule and ensure that monitoring activities occur and are appropriately staffed (via project staff or community volunteers). Contractor Requirements Contract is based in Saipan, CNMI, and relocation expenses are not authorized. Contractor should have experience working on or with small island states, preferably CNMI but will consider other experience within the Western Pacific region, and the ability to work well independently and cooperatively with a range of individuals and agencies representing different cultures and perspectives. Ideal contractor must be able to perform duties while maintaining high level of professionalism, tact, and diplomacy. Master's degree in biological or environmental sciences is required. Prior experience working in CNMI, familiarity with the local language, habitats/environment, and agencies within CNMI is preferred. Strong verbal and written English skills, program development and project planning experience, and technical proficiency with Microsoft Office programs required. Prior working experience using SPREP's Turtle Research Database System (TREDS) preferred. Ideal candidate should be physically able to snorkel/swim for extended periods, with open water scuba certification, and ability to hike to remote beach locations and tolerate exposure to heat, sun, and field conditions. Understanding of sea turtle biology, their threats, management strategies, and proven experience to implement and oversee marine turtle monitoring and research activities is necessary. The contractor will provide their own computer, computer services, transportation, and housing. Deliverables 1) Deliverables: • Draft NMFS permit annual report due September 30, 2011 for turtle program operational period covering May 2010 through June 2011. • Coordinate continued development of research goals and management objectives for inclusion in CNMI comprehensive program research and management plan (by August 29, 2011) 2) Deliverables: • Compile information and data for DLNR FY10 six month progress report covering turtle program operational period: 4/1/11 to 9/30/11 (contract report due October 30, 2011) • Compile information and data for DLNR FY10 final report covering turtle program operational period: 10/1/10 to 9/31/11 (contract report due Dec 30, 2011) 3) Deliverables: • Compile information and data for DLNR FY11 six month progress report covering turtle program operational period: 10/1/11 to 3/31/12 (contract report due April 30, 2011) • Draft USFWS section 6 permit annual report due January 2011 for turtle program operations during year 2010. 4) Deliverables due at the conclusion of the 12 month contract: • Final contract report to PIRO to include two written components: o Summary of contractor activities occurring between April and June 2012. o Advice on future conservation and management activities necessary to progress recovery of green and hawksbill turtles occurring in CNMI. Period of Performance The period of performance for this project is 12 months, from date of award through June 30, 2012. Final dates may be adjusted according to contractor selection and availability. Place of Performance All duties to be performed within CNMI, based on the island of Saipan. Relocation expenses from area of origin to Saipan are not authorized. Government Furnished Property and Security There will be no government furnished property associated with this contract. Contractor will provide own computer and computer services. The full extent of this contract will occur in Saipan, CNMI and therefore there are no provisions for U.S. government identification, clearance, or escort services required. The C&A requirements of clause 73 do not apply, and a Security Accreditation Package is not required. Non-Personal Service Contract Statement Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulations. The Government will perform the inspection and acceptance of the completed work. (VII) Place of delivery is 1601 Kapiolani Blvd. Suite 1110, Honolulu, HI 96814-4704. Delivery shall be FOB Destination to Honolulu, HI. (VIII) The period of performance for this contract shall be from date of award through June 30, 2012. (IX) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to provide a capability statement describing qualifications to perform requirements listed in paragraphs (V) and (VI), and past performance references. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Doris Turner either through email Doris.P.Turner@noaa.gov or faxed at 303-497-7719 no later than Wednesday, July 27, 2011 at noon mountain time. (X) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Past Performance - quote shall include two references with the reference name, company, phone number and email. Offeror's past performance will be based on experience in this field of work, quality, and timeliness and 2) Price. Offers will be evaluated based on price and the factors set forth in paragraph (a), with greater emphasis placed on experience and past performance, and award will be made to the firm offering the best value to the Government. The government intends to award a firm-fixed price purchase order on an all or none basis. (XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008), with its quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIV) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998), 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 address: http://www.acquisition.gov/far/index.html (End of Clause) The following additional terms and conditions apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Effective March 1, 2011) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend (Nov 1999) 52.228-5, Insurance - Work on a Government Installation (Jan 1997) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. [75 FR 10570, Mar. 8, 2010; 75 FR 14496, Mar. 26, 2010] (XV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XVI) Quotes are required to be received in the contracting office no later than 3:00 P.M. MST/MDT on Monday August 1, 2011. All quotes must be emailed (preferred) or faxed to the attention of Doris Turner. The email address is Doris.p.Turner@noaa.gov and fax number is 303-497-3163. (XII) Any questions regarding this solicitation should be directed to Doris Turner at doris.p.turner@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NFFT5000-11-05238DT/listing.html)
 
Place of Performance
Address: NOAA/Pacific Isl@s Area Office (F/SWRX1), 1601 Kapiolani Blvd, Suite 1110, Honolulu, Hawaii, 96814-4704, United States
Zip Code: 96814-4704
 
Record
SN02502905-W 20110721/110720000451-ba31902b0d39939d91de3be4ea9074e4 (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.