Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

F -- ENVIRONMENTAL CONSULTANT-WHITE ABALONE - Package #1 - Package #2 - Package #3 - Package #4

Notice Date
7/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
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
NFFP5000-14-03120JR
 
Archive Date
8/7/2014
 
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
ATTACHMENT B STATEMENT OF WORK ATTACHEMENT A STANDARD FORM 18 (SF-18) THIS SOLICITATION IS TO COLLABORATE WITH AN INDIVIDUAL OR ENTITY THAT CAN PROVIDE HIGH QUALITY CARE OF WHITE ABALONE BROODSTOCK AND CAPTIVE REARED OFFSPRING AT THE BODEGA BAY MARINE LABORATORY. (I) This is a 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 NFFP5000-14-03120JR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75. (IV) This solicitation is being issued as a small business set-aside. The associated NAICS code is 541690. The business size standard is $14.0 million. (V) This solicitation is to collaborate with an individual or entity that can provide high quality care of white abalone broodstock and captive-reared offspring at the Bodega Bay Marine Laboratory. Line Item 0001 - Base Period August 1, 2014 - July 31, 2015 Line Item 0002 - Travel Line Item 1001 - Option Year One - August 1, 2015 - July 31, 2016. (VI) Description of requirements is as follows: See attached Statement of Work which applies to this procurement. (VII) THE PERIOD OF PERFORMANCE SHALL BE AS FOLLOWS: Base Period: August 1, 2014 - July 31, 2015 Option Year 1 - August 1, 2015 - July 31, 2016 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (APRIL 2014), applies to this acquisition. The offeror shall submit a quote for each line item in Section (V) above on the attached Standard Form 18. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are preferred and can be sent to Joy.A.Richardson@noaa.gov. At a minimum the contractor shall provide the following information: a) Point of contact name, telephone and E-mail address. b) DUNS Number c) At least two references of similar projects including company name, point-of-contact, phone number and email address (if available) Provide all evaluation criteria in accordance with 52.212-2 in this package. 1352.215-72 Inquiries (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to Joy.A.Richardson@noaa.gov. Questions should be received no later than noon. MDT, July17, 2014. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on Best Value and the factors set forth in paragraph (a), and award will be made to the firm offering the Best Value acceptable to the Government. Paragraph (a) is hereby completed as follows and the evaluation will be based on the following. Offers will be evaluated solely on Best Value technically acceptable, on an all or none basis. 1) Personnel Qualifications: The experience, knowledge and qualifications of personnel proposed to work on the contract will be evaluated to determine their ability to perform their proposed duties. 2) Technical Approach and Capability: The offeror's approach to performing contract requirements and its capability to successfully perform the contract will be evaluated. 3) Past Performance: The offeror's past performance on related contracts will be evaluated to determine, as appropriate, A) quality and timeliness of delivery of goods and services, B) communications between contracting parties, C) customer satisfaction. Offeror shall provide at least two references of similar projects with name of points of contact, phone number and email address. Price. (X) The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014) 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 (Jun 2014) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (Jun 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)"(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). (19) 52.219-14, Limitations of Subcontracting (Nov 2011) (25) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (6) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). The following clauses are also applicable to this acquisition: 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 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within thirty days prior to expiration. (End of clause) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within thirty days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed sixteen months.. (End of clause) 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond July 31, 2015. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond July 31, 2015, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.204-7 System for Award Management (Jul 2013) 52.204-13 System Award Management Maintenance (Jul 2013) 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offer in U.S. Currency (Apr 1991) 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (Dec 2013) 52.242-15 Stop-Work Order (Aug 1989) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 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): https://www.acquisition.gov/far/index/html (End of clause) DEPARTMENT OF COMMERCE CLAUSES: FOR FULL TEXT OF COMMERCE ACQUISITION CLAUSE (CAR) OR PROVISIONS GO TO THE FOLLOWING WEBSITE: http://www.osec.doc.gov/oam/acquisition_management/policy/default.htm 1352.201-70, CONTRACTING OFFICER'S AUTHORITY (APR 2010) 1352.209-73, COMPLIANCE WITH THE LAWS (APR 2010) 1352.209-74, ORGANIZATIONAL CONFLICTS OF INTEREST (APR 2010) 1352.246-70, PLACE OF ACCEPTANCE (APR 2010) 1352.270-70, Period of Performance (Apr 2010) Base Year - 8/1/2014 - 7/31/2015 Option Year 1 -8/1/2015 - 7/31/2016 1352.246-70, Place of Acceptance (Apr 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: National Oceanic and Atmospheric Administration Northwest Region 7600 Sand Point Way NE Seattle, WA 98115 (End of clause) 1352.233-70, AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: Clifford Edwards Contracting Officer NOAA/AGO Western Acquisition Division-Boulder 325 Broadway MC3 Boulder, CO 80305 FAX: 303-497-3163 (a) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: Barry Berkowitz Senior Procurement Executive and Director, Office of Acquisition Management U.S. Department of Commerce Room 6422 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington DC 20230 FAX: 202-482-1711 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) 1352.233-71, GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APRIL 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause) In each instance, the Contractor agrees to continue to provide sufficient personnel to perform requirements of any critical tasks already in operation or scheduled, and shall be guided by the instructions issued by the Contracting Officer or the authorized point-of-contact. In the event of a site dismissal or closure due to weather, emergency or other circumstances, the contractor is instructed to contact the Manager In Charge (MIC) or Alternate MIC for guidance. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than NOON MDT on July 23, 2014. All quotes must be emailed to the attention of Joy Richardson. The email address is Joy.A.Richardson@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Joy Richardson at email address: Joy.A.Richardson@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NFFP5000-14-03120JR/listing.html)
 
Place of Performance
Address: BODEGA BAY LAB, California, United States
 
Record
SN03424153-W 20140716/140714235902-437c178083862e3b62af7540c8137872 (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.