Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
SOLICITATION NOTICE

B -- CORAL REEF ECOSYSTEM SUPPORT - Package #1

Notice Date
7/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NFFT5000-12-04727JR
 
Point of Contact
JOY A. RICHARDSON, Phone: 303-497-4973
 
E-Mail Address
JOY.A.RICHARDSON@NOAA.GOV
(JOY.A.RICHARDSON@NOAA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
STANDARD FORM 18 - submit with quote STATEMENT OF WORK COMBINED SYNOPSIS/SOLICITATION Provide Coral Reef Ecosystem Recovery Framework Support for a Nuclear Carrier Vessel (NCV) Berthing Facility in Apra Harbor, Guam. (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 referencing RFQ Number: NFFT5000-12-04727JR (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. (IV) This procurement is being issued as a Total Small Business Set-Aside. The associated NAICS Code is 541620. The small business size standard is $14.0 Million dollars. (V) This combined solicitation/synopsis is for the provision of coral reef ecosystem recovery framework support for a nuclear carrier vessel (NCV) berthing facility in Apra Harbor, Guam in accordance with the attached Statement of Work. SCHEDULE OF ITEMS CLIN DESCRIPTION 0001 Labor, Material, Equipment and Travel Expense - Total Job Price (VI) Description of requirements as follows: See requirements defined in the attached Statement of Work. (VII) Period of Performance shall be as follows: Within one year of the start date of the award. Date and places of performance and acceptance shall be off-site, but the vendor shall attend conference calls and meetings with HCD staff for recovery framework development. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. The offerer must submit a quote for each CLIN item in Section (V) above. Inquiries: Offerors must submit all questions concerning this solicitation in writing to Joy Richardson at joy.a.richardson@noaa.gov. Questions should be received no later than 12:00PM MDT on July 19, 2012. 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 FedBizOps. 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) Best Value to the Government Offers will be evaluated on Best Value to the Government and the factors set forth below, and award will be made to the firm offering the Best Value to the Government. (a) The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation which will be the most advantageous to the Government based on the following: Technical Capability, Past Performance and Price considered on an all or none basis. 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 Capability: The offeror shall demonstrate qualifications and relevant experience of key personnel including quantity and relevance of experience and expertise. Offeror shall provide a narrative for each of its proposed key personnel, which contains information of the experience demonstrated skills of the offeror's proposed key personnel in performance of work of a similar nature. Demonstrated ability to provide the required contractor qualifications as defined in the Statement of Work under "Contractor Qualifications" is required. 2) Past Performance: Offeror shall demonstrate written past performance and references for at least two (2) similar projects. Contact information must include client's name, point-of-contact, address, phone number and e-mail address. The Government will conduct a performance assessment based on the quality of the past performance of the contractor on similar contracts as it relates to the probability of successful accomplishment of the required effort. 3) Price: Price quotes must generally adhere to the pricing structure established in the Pricing Schedule. Each offeror's price quote must be based on the offeror's own technical quote, the Government's Statement of Work and other contractual requirements. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications (Apr 2012) - Commercial Items with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. Representations by Corporations Regarding any Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation) (Mar 2012) See Attachment A incorporated in the Statement of Work. Must be returned with quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) applies to this acquisition. (XIII) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. (May 2012). 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). (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). (8) 52.209-10 Prohibition on contracting with Inverted Domestic Corporations (May 2012) (12) 52.219-6, Notice of Small Business Set-Aside (Nov 2011) (23) 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222.19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (37) 52.225-1, Buy American Act Supplies (Feb 2009) (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (XIV) 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). 52.217-7, Option for Increased Quantity - Separately Priced Line Item (Mar 1989) 52.222-41, Service Contract Act of 1965 (Nov 2007) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009). 52.242-15, Stop-Work Order (Aug 1989) FAR CLAUSES FULL TEXT 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/these address(es): www.acquisitions.gov/far 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed ninety (90) days. The Contracting Officer may exercise the option by written notice to the Contractor within fifteen (15) days prior to contract expiration. 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. (XV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XVI) Quotes are required to be received in the contracting office no later than 12:00 PM MDT on July 27, 2012. All quotes can be scanned and emailed to the attention of Joy Richardson. The email address is: Joy.A.Richardson@noaa.gov., or sent via USPS to: NOAA Western Acquisition Division MC3, Attention-Joy Richardson, 325 Broadway, Boulder, CO 80305. Offerors must submit their quote on the attached Standard Form 18 ( 2 pages). No faxed quotes will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NFFT5000-12-04727JR/listing.html)
 
Place of Performance
Address: PACIFIC ISL&S AREA OFFICE, 1601 KAPIOLANI BLVD, STE. 1110, /F/SWRX1, HONOLULU, Hawaii, 96814, United States
Zip Code: 96814
 
Record
SN02802831-W 20120715/120713235601-c75933ea64a36dd18ae24ecbd8813fb5 (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.