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
SOLICITATION NOTICE

B -- Vessel Charter for Sablefish Collection off Kodiak, Alaska - Package #1

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483112 — Deep Sea Passenger Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
WE133F-11-RQ-1508
 
Point of Contact
MONA M ASH, Phone: 206-526-4187
 
E-Mail Address
MONA.M.ASH@NOAA.GOV
(MONA.M.ASH@NOAA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
SF18 - RFQ WE133F-11-RQ-1508 COMBINED SYNOPSIS/SOLICITATION Vessel charter for Sablefish Collections off Kodiak, Alaska (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 WE133F-11-RQ-1508 (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This solicitation is total small business set aside. The associated NAICS code is 483114. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Vessel Charter for pre-spawning sablefish collection off Kodiak, Alaska. Contractor shall provide all personnel, equipment and materials (unless otherwise provided herein) necessary for the charter sometime during the period of November 1, 2011 through December 31, 2011, in accordance with the Statement of Work. (VI) Description of requirements is as follows: See attached Statement of Work. (VII) Period of performance shall be: Date of Award through December 31, 2011 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. Offerors are instructed to complete and return the attached Standard Form 18, in addition to written price quotes. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and a firm fixed-price purchase order award will be made to the firm offering the lowest evaluated price to the Government meeting or exceeding the technical requirements of the statement of work. Paragraph (a) is hereby completed as follows: Evaluation will be based on Technical Capability (Vessel Characteristics & Crew Experience) and price. Offerors are requested to submit documentation to allow for evaluation of the above factors with their quote. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011), 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 (Jun 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (15) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)) (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (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). (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (30) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212) (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (37)(i) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d) (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) 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates on 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: https://www.acquisition.gov/far/ (End of Clause) The following additional FAR terms and conditions apply: 52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (JAN 1997) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (MAY 2011) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010) 52.222-20 WALSH-HEALEY PUBLIC CONTRACTS ACT (OCT 2010) 52.242-15 STOP-WORK ORDER (AUG 1989) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2010) 52.245-1 GOVERNMENT PROPERTY (AUG 2010) 52.247-34 F.O.B. DESTINATION (NOV 1991 ) Department of Commerce Clauses: 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) 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. (XIV) Quotes are required to be received no later than 4:00 P.M. PDT on September 16, 2011. All quotes must be E-mailed or faxed to the attention of Mona Ash. The E-mail address is Mona.M.Ash@noaa.gov and the fax number is (206) 526-4004. (XV) Any questions regarding this solicitation should be directed to Mona Ash by E-mail to Mona.M.Ash@noaa.gov or by fax at (206) 526-4004.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/WE133F-11-RQ-1508/listing.html)
 
Place of Performance
Address: Kodiak, Alaska, United States
 
Record
SN02565207-W 20110909/110907235311-7761b5041a26827fc68ff48c760bf66e (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.