Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2002 FBO #0149
SOLICITATION NOTICE

F -- Assessment of fishies and invertebrates in NOAA/NOS/NMS

Notice Date
4/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), AG/Acquisition Management Division, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
NC-AJF100-2-40028
 
Response Due
5/14/2002
 
Archive Date
7/15/2002
 
Point of Contact
Eleanor Kaul, Contract Specialist, Phone 301-713-0823 x142, Fax 301-713-0806, - Donald Thompson, Contracting Officer, Phone 301-713-0823, Fax 301-713-0806,
 
E-Mail Address
Eleanor.E.Kaul@noaa.gov, don.thompson@noaa.gov
 
Description
This is a revised combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number RFQ NC-AJF100-2-40028 is issued as a Request For Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This procurement action is full and open. The NAICS code is 541620. A firm is a small business for the purpose of this requirement if it size standard is $6 million. The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), National Marine Sanctuary Program (NMSP) is contemplating the award of a contract with a five year ordering period to conduct a series of education, training, and assessment activities on the distribution and abundance of marine fishes and invertebrates in various National Marine Sanctuaries (see www.nos.noaa.gov/) Specifically, the NMSP seeks at a minimum to: (1) Conduct a continuing series of education and outreach activities for the general public concerning the conservation and protection of fishes and invertebrates in the NMSP. The contractor shall provide the qualifications and fitness of qualified candidate SCUBA divers as evidenced by submission of recent dive logs and documented qualifications from diving organizations such as PADI, YMCA, and NAUI. The contractor shall assist the NMSP in the identification of suitable venues and locations within the sanctuaries for these activities at local dive shops, dive clubs, recreation clubs, conservation organizations, government organizations, academic organizations, etc. The NMSP expects between 5-10 of these activities every 12 months; (2) Coordinate and lead a series of continuing in-situ surveys and assessments of the distribution and abundance of fishes and invertebrates with qualified volunteers (e.g. SCUBA divers) at preselected and agreed upon locations selected by the NMSP and the contractor in various Sanctuaries. The contractor responsibilities shall include arranging transportation, training of volunteers, etc. The government expects between 5-10 of these activities every 12 months; (3) Develop and maintain contractor proposed government materials for education, outreach, and training associated with surveying the distribution and abundance of fishes and invertebrates in the Sanctuaries; (4) Develop and maintain the capacity quickly and efficiently to collect, organize, distribute, and analyze survey results for use by the NMSP; and (5) Prepare and distribute to the Sanctuary Program the survey reports on individual surveys, summary reports for individual sanctuaries, and an annual report on all surveys conducted in NMS. Reports shall be distributed electronically to the Sanctuary program in suitable formats and shall be compatible with posting at one or more web sites. In addition, the Government may exercise additional optional requirements such as: (a) Organize and conduct additional and specialized surveys at NMS including "rapid assessment surveys" using highly skilled and qualified SCUBA divers as described above, and volunteers who are qualified as fish identification experts as determined and documented by the contractor; (b) Develop specialized educational and outreach materials about the conservation and protection of marine habitats and marine biological resources (e.g. fishes, invertebrates, etc.); (c) Analyze available survey data to address site-specific management questions (e.g. effectiveness of special marine protected areas or marine reserves, temporal or spatial changes in species distributions, evaluation of habitat restoration activities, etc.); (d) Initiate technical improvements to data management techniques and systems including web delivery of data, electronic mapping of survey data, upgrades to data collection materials; and (e) Publish results in peer reviewed literature and present results at professional meetings. The base requirements and potential optional requirements are intended to seamlessly build upon and expand recent surveys and training activities; the contractor shall be familiar with these surveys with assistance from personnel in the Sanctuary Program, which are conducted at most of the NMS and continue for a period of five (5) years. The Federal Acquisition Regulations (FAR) web site is www.arnet.gov/far/loadmainre.html. The provision at FAR 52.212-1, Instructions to Offerors-Commercial applies to this acquisition and there are no addenda to this provision. The provision at FAR 52.212-2 Evaluation-Commercial Items (JAN 1000) applies: (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 listed in descending order of importance will be used to evaluate offers: (i) technical merit, (ii) past performance, (iii) price, and (iv) key personnel. Technical merit is the highest rated evaluation factor and will be based upon the technical proposal as presented. Past performance will be evaluated on projects similar in size, scope and value to this solicitation. Price will be based upon government analysis of costs for proposed labor categories, loaded hourly labor rates and other directs costs over a five-year period. Key Personnel will be evaluated upon the resumes/ curriculum vitae presented and the certified qualifications of the SCUBA divers and volunteers. See Federal Business Opportunities (FEDBIZOPPS) Note 25 at www.eps.gov/Numbered_Notes.html. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clause cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 2538 and (U.S.C. 2402), 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3), 52.219-14, Limitation on Subcontracting 915 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action. for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-3, Buy American Act Supplies(41 U.S.C.10) and 52.225-9, Buy American Free Trade Agreement -Israeli Trade Act- Balance of Payments Program (U.S.C. 10). FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clause cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 2538 and (U.S.C. 2402), 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3), 52.219-14, Limitation on Subcontracting 915 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-36, Affirmative Action. for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-3, Buy American Act Supplies(41 U.S.C.10) and 52.225-9, Buy American Free Trade Agreement -Israeli Trade Act- Balance of Payments Program (U.S.C. 10). NO SOLICITATION IS AVAILABLE. Expressions of interest and statements of capabilities and cost must be received by email at Eleanor.E.Kaul@noaa.gov or faxed to her attention at 301/713-0806 or mailed to DOC/NOAA, Eleanor E. Kaul OFA65, 1305 East-West Hwy., Station #7604, Silver Spring, Maryland 20910-3281 by May 14, 2002, at 3PM local time. NOAA will only review the faxed materials that are received by NOAA' s fax machine by 3PM on the stated closing date.
 
Place of Performance
Address: U. S. Department of Commerce/NOAA/NOS, 1305 East-West Hwy., Silver Spring, Maryland
Zip Code: 20910-3281
Country: U.S.A.
 
Record
SN00067790-W 20020430/020428213044 (fbodaily.com)
 
Source
FedBizOpps.gov 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.