Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
MODIFICATION

T -- Provide services for assisting in the operation of an Autonomous Underwater Vehicle per the attached statement of work.

Notice Date
9/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
541922 — Commercial Photography
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/National Marine Fisheries Service, James J. Howard Marine Sciences Lab, 74 Magruder Road, Highlands, New Jersey, 07732, United States
 
ZIP Code
07732
 
Solicitation Number
WRD-06188
 
Archive Date
9/20/2011
 
Point of Contact
WILLIAM BELL, Phone: 206 526-4425
 
E-Mail Address
Bill.Bell@noaa.gov
(Bill.Bell@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION AB133011RQ1496 Provide services for assisting in the operation of an Autonomous Underwater Vehicle per the attached statement of work. (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 WRD-06188/WSB. (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 541922. The small business size standard is $7 million. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 0001: Provide services for assisting in the operation of an Autonomous Underwater Vehicle per the attached statement of work. (VI) Description of requirements is as follows: Statement of Work AB133011RQ1496 1.0 Organization The Northwest Fisheries Science Center (NWFSC), National Oceanic and Atmospheric Administration (NOAA), Department of Commerce (DOC), is a government agency charged with the mission of stewardship for living marine resources. 2.0 Background The NWFSC provides scientific and technical support to NMFS for the management, conservation, and wise use of the Northwest region's marine and anadromous resources. In order to collect the scientific information needed to manage groundfish and their habitats as well as cold-water corals and sponges, we are using optical methods deployed from an Autonomous Underwater Vehicle to collect information on fish, biogenic habitats and associations between them on the West Coast. 3.0 Services Required Vendor will provide Assistance in operating an Autonomous Underwater Vehicle (AUV). Particularly managing and assisting with collection of optical imagery including camera calibration and review of photos for quality. Requires knowledge and experience in using multiple types of high resolution digital still cameras on a Seabed type Autonomous Underwater Vehicle, experience in conducting underwater optical surveys and professional experience and training in electrical engineering (at the minimum a Bachelor of Science in Electrical Engineering). This service will require participation on research cruises of 1 to 3 weeks on the West Coast with minimal notice of approximately 2 weeks. Cruises will occur off the shore of Washington, Oregon and California and will typically embark and disembark from the same port in the state where the research will be conducted. There will be an estimated 2 to 6 cruises in these locations during the spring, summer or fall. Cruises may be conducted using contractor owned vessels or Government owned vessels. Vendor must fulfill NOAA standards for participation on NOAA vessels. 4.0 Deliverables 4.1 Attend cruises as needed. Assist in operation of AUV. Assist or conduct camera calibrations. Review image quality at sea. 5.0 Point of Contact The NWFSC point of contact (POC) will be Dr. Elizabeth Clarke at the NWFSC Montlake Laboratory. Dr. Elizabeth Clarke NOAA Northwest Fisheries Science Center 2725 Montlake Blvd E. Seattle, WA 98112 (206) 860-5616 Elizabeth.Clarke@noaa.gov 6.0 Performance 6.1 Place of Performance Services will be performed at sea on the West Coast on a variety of vessels. 6.2 Period of Performance Date of Award to December 31, 2012 (VII) Date(s) and place(s) of delivery and acceptance Services will be performed at sea on the West Coast on a variety of vessels. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (2005-53), applies to this acquisition. In addition to written price quotes, offers are instructed to provide answers to the Factors and answer the questions in the FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAY 2011) clauses in the SF-18 file. (IX) FAR 52.212-2, Evaluation - Commercial Items 2005-53 applies to this acquisition. Paragraph (a) is hereby completed as follows: Selection Criteria will be based on Lowest Price Technically Acceptable (X) FAR 52.212-2, Evaluation - Commercial Items 2005-53, applies to this acquisition. Paragraph (a) is hereby completed as follows: Lowest Price Technically Acceptable. Offers will be evaluated based on price and the factors set forth in Section IX paragraph (a), and award will be made to the firm offering the lowest price technically acceptable to the Government. (XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010) with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items 2005-53, 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 (2005-53) applies to this acquisition. The following clauses under subparagraph (b) apply: 1. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 4 2. 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010) 4 3. 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) 4 4. 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) 4 5. 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010) 4 6. 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) 5 7. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 8 8. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAY 2011) 8 9. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2011) 16 10. 1352.239-70 SOFTWARE LICENSE ADDENDUM (APR 2010) 21 11. 1352.239-71 ELECTRONIC AND INFORMATION TECHNOLOGY (APR 2010) 21 12. 1352.239-72 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (APR 2010) 22 The following clauses under subparagraph (c) apply: same as above. (XIV) The following clauses are also applicable to this acquisition: 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) (XV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 6 P.M. PST on September 18, 2011. All quotes must be faxed or emailed to the attention of Bill Bell. The fax number is (206) 526-6025 and email address is bill.bell@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Bill Bell, 206 526-4425, and email address: bill.bell@noaa.gov. QUOTED BY:_____________________ DATE__________________________________ COMPANY NAME:_________________________ email ADDRESS:__________________ PHONE:__________________________ SMALL BUSINESS?_____________________ FAX:_____________________________ TAX ID NUMBER:_______________________ ADDRESS:_______________________ GSA CONTRACT NO.___________________ _________________________________ DUNS no._______________________________ _________________________________ CAGE CODE (CCR):_______________________ NAICS CODE 541922 SIZE STANDARD $7M FAX QUOTE BY 6PM, September 18, 2011 TO BILL BELL AT (206) 526-4425. Or email bill.bell@noaa.gov. THE WESTERN ACQUISITION DIVISION, REQUIRES THAT ALL CONTRACTORS DOING BUSINESS WITH THIS ACQUISITION OFFICE BE REGISTERED WITH THE CENTRAL CONTRACTOR REGISTRY (CCR) AS OF OCTOBER 1, 2003. AFTER THIS DATE, NO AWARD CAN BE MADE UNLESS THE VENDER IS REGISTERED IN CCR. FOR ADDITIONAL INFORMATION AND TO REGISTER IN CCR PLEASE ACCESS THE FOLLOWING WEB SITE: HTTP://WWW.CCR.GOV. IN ORDER TO REGISTER WITH THE CCR AND TO BE ELIGIBLE TO RECEIVE AN AWARD FROM THIS ACQUISITION OFFICE, ALL OFFERORS MUST HAVE A DUN & BRADSTREET NUMBER. A DUN & BRADSTREET NUMBER MAY BE ACQUIRED FREE OF CHARGE BY CONTACTING DUN & BRADSTREET ON-LINE AT WWW.DNB.COM/EUPDATE OR BY PHONE AT (800) 333-0505. ALL CONTRACTORS ARE ALSO REQUIRED TO COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT HTTP://ORCA.BPN.GOV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/WRD-06188/listing.html)
 
Place of Performance
Address: Services will be performed at sea on the West Coast on a variety of vessels., United States
 
Record
SN02564876-W 20110909/110907234951-2c6ce4f0f68c93cad584d716b63116e9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.