Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

B -- Monk Seal Recovery Liaison - SF18

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813312 — Environment, Conservation and Wildlife Organizations
 
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
RA133F-11-RQ-1373
 
Archive Date
9/8/2011
 
Point of Contact
Clifford C. Edwards, Phone: 3034976335
 
E-Mail Address
clifford.c.edwards@noaa.gov
(clifford.c.edwards@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Attached is the SF-18 that is required to submit bids with. COMBINED SYNOPSIS/SOLICITATION Monk Seal Recovery Liaison (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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. 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: RA133F-11-RQ-1373 (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-¬¬53. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 813312. The small business size standard is $14.M. (V) This combined solicitation/synopsis is for purchase of the following commercial items: CLIN 0001 - To provide the Monk Sea Recovery Program Liaison (VI) See attached statement of work: (VII) Period of Performance September 30, 2011 - September 29, 2012. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. The offerer will submit quote on attached SF-18. Inquiries: Offerors must submit all questions concerning this solicitation in writing to Clifford Edwards at clifford.c.edwards@noaa.gov Questions should be received no later than 12:00pm MDT on September 1, 2011¬¬¬¬¬¬¬¬¬. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation via FedBizOpps. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Best Value to the Government. (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: 1) Technical Approach: Must Address sub-factors: a) Approach to working in effective collaboration with NMFS, (National Marine Fisheries Service), other relevant government agencies, Native Hawaiian's, local community members, and other stake holders to meet the SOW (Statement of Work). b) The approach to effectively implementing each of tasks in the SOW. 2) Past Performance: Evidence that vendor has capacity and experience to complete the project. Contact Information for previous clients and employers should be provided. Must address organization's sub-factors: a) Experience (paid or voluntary) working with government agencies and local stakeholders on marine protected species conservation in Hawaii. b) Experience (paid or voluntary) consulting with Native Hawaiian's community leaders and practitioners regarding marine resources conservation. c) Formal Education (degrees and coursework) of contractor's proposed project staff related to Native Hawaiian culture. d) Formal Education (degrees and coursework) of proposed project staff related to marine resources management. e) Availability of adequate personnel, time, and resources to complete the project and produce the deliverables on or before the due dates specified in the SOW, (Statement of Work). 3) Price: (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications (May 2011) - Commercial Items with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2011) applies to this acquisition. (XII) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (AUG 2011) 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (37) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998). 52.214-34, Submission of Offers in the English Language (Apr 1991). 52.214-35, Submission of Offer in U.S. Currency (Apr 1991). 52.242-15 Stop-Work Order (Aug 1989) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.217-8 Option To Extend Services (Nov 1999) 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. (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 12:00 PM MST on September 7, 2011. All quotes must be faxed or emailed to the attention of Clifford Edwards. The fax number is (303) 497-7719 and the email address is clifford.c.edwards@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Clifford Edwards the email address: clifford.c.edwards@noaa.gov or fax (303) 497-7719.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/RA133F-11-RQ-1373/listing.html)
 
Place of Performance
Address: Pacific Isl&s Area Office, 1601 Kapiolani Blvd Suite 1110, Honolulu, Hawaii, 96814, United States
Zip Code: 96814
 
Record
SN02555189-W 20110901/110830235617-313a9ccccd02ed15fc5867b6272fe1a4 (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.