Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2010 FBO #3119
SOLICITATION NOTICE

99 -- Design, Develop, Construct, and Install Casing, Interpretive Signage for Exhibit - SF18 RFQ

Notice Date
6/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541490 — Other Specialized Design Services
 
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
WRC-10-13781
 
Archive Date
6/20/2010
 
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
Request for Quote COMBINED SYNOPSIS/SOLICITATION Design, Develop, Construct, and Install Casing, Interpretive Signage for Exhibit (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 WRC-10-13781 (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-10. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541490. The small business size standard is $7M/YR. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: See Attached. (VI) Description of requirements is as follows: Statement of Work: Mokupapapa: Discovery Center for Hawaii’s Remote Coral Reefs Inclusion of Whaling Harpoon Tip from French Frigate Shoals Whaling Shipwreck Site in “Lost on a Reef” Maritime Heritage Exhibit Introduction The Papahanaumokuakea Marine National Monument (Monument) was created by Presidential proclamation on June 15, 2006. The Monument is the single largest conservation area under the U.S. flag and encompasses 137,792 square miles of the Pacific Ocean - an area larger than all the country's national parks combined. The extensive coral reefs found in the Northwestern Hawaiian Islands (NWHI) - truly the rainforests of the sea - are home to over 7,000 marine species, one quarter of which are found only in the Hawaiian Archipelago. Many of the islands and shallow water environments are important habitats for rare species such as the threatened green sea turtle and the endangered Hawaiian monk seal. The NWHI are also of great cultural importance to Native Hawaiians with significant cultural sites found on the islands of Nihoa and Mokumanamana. Mokupapapa: Discovery Center for Hawaii’s Remote Coral Reefs is an educational center designed to interpret the natural and cultural history of the Northwestern Hawaiian Islands and their coral reef ecosystems. In May of 2003 Mokupapapa Discovery Center opened on the bay front in Hilo, Hawaii. The 4,000 square foot facility is free to the public and is open Tuesday through Saturday 9AM to 4 PM, excluding Federal Holidays. The center was constructed to interpret the natural science, culture, and history of the Northwestern Hawaiian Islands and surrounding marine environment. Interactive displays, engaging three-dimensional models and theater allow the visitor to experience the wonder and majesty of this special ocean region. A 2,500-gallon salt-water aquarium provides a habitat for some of the fishes from Hawaiian reefs. Large and colorful graphic panels with interpretive text in both Hawaiian and English introduce the visitor to the NWHI, its geography, cultural history, and ecology. Beautiful photographs from the NWHI are spread throughout the Center and a giant coral reef mural created by Hilo artist Layne Luna covers an entire wall in the main exhibit hall. Luna also created several life-size models of NWHI inhabitants that hang from the ceiling and hide in corners. A giant manta ray swoops down over the entry door as tiger and Galapagos sharks prowl overhead. The abundant natural life of the NWHI comes alive within the center and the visitor is transported into this remote ocean wilderness where predators still rule the reefs and the skies teem with seabirds. Project Description Mokupapapa Center’s primary goal is to educate the public on the natural and cultural resources within the Monument, and the importance of protecting this fragile ecosystem. In operation for five years, this facility has proven invaluable in bridging the distant Monument to the island of Hawaii by reaching approximately 60,000 people each year. Outreach efforts focus on a variety of topics within the Monument, including ecosystem dynamics, human impacts, cultural importance, and geology. One area of value that is not yet highlighted as thoroughly as it could is the current research taking place each summer on research vessels, in laboratories throughout the state, and other new developments in our attempts to better understand Papahanaumokuakea Marine National Monument. The Mokupapapa Discovery Center for Hawaii’s Remote Coral Reefs has been in operation for five years, and has demonstrated its value to the community and visitors alike. Instead of seeing a downturn in visitors, we have seen a gradual rise despite minimal advertising efforts. In February of 2010, a new exhibit opened up at the Discovery Center dedicated to the interpretation of the Monument’s Maritime Heritage. A large wall space in the program room is devoted to the Lost on a Reef exhibit. This exhibit helps to look more closely into the maritime heritage of the Monument including the history of the USS Saginaw, using the ship’s bell (15” by 14”) and sounding lead (5” by 3”) recovered from the site, as well as other objects and large photos to tell the story of their last mission, and then stranding on Kure Atoll. The exhibit tells the story of the whaling ships that sailed through the Northwestern Hawaiian Islands in the early 19 th century with the aid of a ship’s bell (18” by 30”) recovered from the American whaling ship Parker lost at Kure Atoll in 1842. And finally, the exhibit describes history of shipwrecks in the Monument with a map, depicting the location of discovered shipwreck sites. The material culture from these shipwreck sites, along with other objects that are on loan from partner institutions including a whaling harpoon, a dive helmet, and a sextant, aid in telling the stories of the early seafarers who passed through the Monument hundreds of years ago. A maritime heritage themed interactive display compliments this exhibit and elaborate on the topics discussed in the wall panels. In August of 2008, the Monument’s maritime archaeology team came across an exciting discovery at French Frigate Shoals: trypots and bricks clearly indicating a whaler, and examination of the anchors point toward an early 19 th century date. The discovery at French Frigate Shoals is certainly exciting, however, the identity of this unexpected find remains a mystery. What ship could this be trapped on the sea floor beneath the waves at French Frigate Shoals for so long? Only three whaling ships, all American vessels, have been reported lost at French Frigate Shoals: the South Seaman, wrecked in 1859; the Daniel Wood, wrecked in 1867; and the Two Brothers, a Nantucket whaler wrecked in 1823. The Two Brothers was well-known in her time for her ties to the story of the whaler Essex, made famous in recent years by author Nathaniel Philbrick in his bestselling book, In the Heart of the Sea. In the summer of 2008, the NOAA maritime archaeology team collected a considerable amount of information at the site: measurements, distribution, and location of artifacts are all clues that will help the team figure out what the identity of this ship may be and how it came to its end. In 2009, the maritime heritage team returned to the unidentified whaling shipwreck site at French Frigate Shoals (now named the Shark Island Whaler for the sandy island nearby). At this time, the team came across an exciting new portion of the wrecksite. In addition to the discovery of a fourth trypot, three blubber hooks, a grinding wheel and a kedge anchor, the team found four small cast iron pots that resemble small trypots. The team also came across what appears to be the tip of a whaling harpoon, another exciting discovery. Because of the potential for this whaling harpoon tip to identify this shipwreck site, it was determined that it will be recovered in during fieldwork in May of 2010, and conserved and treated for display and outreach. An important reason for the recovery of this possible harpoon tip is its potential for education and outreach at Mokupapapa Discovery Center. In order to properly include this new artifact in the Lost on a Reef exhibit, interpretive signage, and casing will need to be built to augment the current exhibit. Scope of Work Contractor will design, develop, construct and install casing, interpretive signage and any other necessary materials for conserved whaling harpoon tip for inclusion in current Lost on a Reef exhibit at Mokupapapa Discovery Center at 308 Kamehameha Ave. Suite 203, Hilo, HI 96720. As in the rest of the Discovery Center, all main exhibit labels need to be printed in both Hawaiian and English Language. They all need to also be in the same font, color scheme, style, and materials as current exhibits using Lambda graphic, UV Lam, mounted on ½” black Sintra. Development and installation of the new part of Lost on a Reef will be done in close collaboration with Monument maritime archaeologist and Mokupapapa Discovery Center Staff. Deliverables 1 st meeting on project 1 st Report: Proposed exhibit design Exhibit design plans finalized 2 nd report: Revised exhibit design plan Installation of new casing, exhibit additions and signage for conserved harpoon tip. Final report due Timeline October 2010 1 st meeting on project December 2010 1 st Report: Proposed exhibit design January2011 Harpoon tip exhibit design plans finalized February 2011 2 nd report: Revised interactive display design plan May 2011 Building begins July 2011 Installation of harpoon tip into existing Lost on a Reef exhibit August 2011 Final report due Inspection and Acceptance Before starting work on any given task under this contract, the contractor will submit a brief plan (including estimated labor, costs and timetable) to make sure that any changes that need to be made from the original contract proposal are agreed upon and clear to all parties. Upon completion of a task, one original and two copies of all invoices shall be submitted to the Contracting Representative (see below). Invoices should have a unique invoice number, contract number, and provide a detailed breakdown of the money spent and work completed. The Contracting Officer’s Technical Representative (COTR) and Contracting Representative (COR) will perform final review and acceptance of all work. All deliverables will be submitted electronically and as a hardcopy to the COR. Upon satisfactory completion of deliverables (according to the timetable as described herein),one original and two copies of all invoices shall be submitted to Administrative Officer, and approved by COTR, designated as the responsible party to oversee this contract, at the address listed below: Contracting Officer's Technical Representative (COTR): Will be given at award. Task Monitor The government task monitor will be: Will be given at award. Period of Performance The period of performance is twelve (12) months from September 01, 2010 through August 31, 2011. Place of Performance Contractors will provide their own office space and equipment. Delivery Location NOAA/Mokupapapa Discovery Center 308 Kamehameha Ave. Hilo, HI 96720 FOB Destination Travel Requirements The Contractor and their staff will make their own travel arrangements and also pay for their own travel costs in accordance with the Federal Travel Regulations. No invitational travel orders will be issued to the Contractor or their staff. Some travel may be required to conduct the contract tasks. Costs association with this travel will be submitted for reimbursement as part of regular invoices. More Information For more information about Papahanaumokuakea Marine National Monument and Mokupapapa Discovery Center, visit www.papahanaumokuakea.gov Proposal Evaluation Criteria The contractor must demonstrate professional expertise in producing professional, dynamic, and creative exhibit materials, and have a successful track record of producing work that has served past clientele well. Contractor with experience designing exhibits about Maritime Heritage and the Northwestern Hawaiian Islands preferred. Contractors should submit a resume which will summarize their skills and qualifications, work samples that demonstrate their creative and technical proficiency, and a work proposal that lays out a recommended strategy. Proposals will be evaluated on the basis of creativity, professional competency and effectiveness of past work serving clients as indicated in the quality evident in sample works submitted and distribution strategy proposed. Proposals will also be judged according to the best value offered for the scope of work described wherein experience, skill, quality of work and the ability to meet tight deadlines may be given more weight than price. (VII) Date(s) and place(s) of delivery and acceptance NOAA/Mokupapapa Discovery Center 308 Kamehameha Ave. Hilo, HI 96720 Delivery shall be FOB Destination Period of performance shall be September 1, 2010 through August 31, 2011. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items 2005-10 applies to this acquisition. (IX) FAR 52.212-2, Evaluation – Commercial Items 2005-10, applies to this acquisition. Paragraph (a) is hereby completed as follows: See Statement of Work. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Offers will be evaluated solely on price, on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (2005-10), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items (2005-10), 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 2005-10 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 (FEB 2010) (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) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) 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: [C.O. check as appropriate] __ (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). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5). __ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (7) [Reserved] __ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (11)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (13) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (16) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). XX (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). XX (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). XX (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). XX (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). XX (26) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (27)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) XX (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). XX (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. XX (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (Supplies >$25,000 but <$194,000) __ (ii) Alternate I (Jan 2004) of 52.225-3. (Supplies >$25,000 but <$50,000) __ (iii) Alternate II (Jan 2004) of 52.225-3. (Supplies >$50,000 but <$67,826) __ (32) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). XX (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (34) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (35) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). XX (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (37) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). XX (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). XX (39) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (40) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). XX (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). XX (42)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) 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: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). XX (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). XX (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 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)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (XIII) The following clauses are also applicable to this acquisition: NA (XIV) NA (XV) Quotes are required to be received in the contracting office no later than June 18, 2010, 6 P.M. PST. 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; Fax: (206) 526-6025; Email: Bill.Bell@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/WRC-10-13781/listing.html)
 
Place of Performance
Address: NOAA/PMNM, 6600 Kalanianaole Hwy., Suite 300, Honolulu, Hawaii, 96825, United States
Zip Code: 96825
 
Record
SN02170308-W 20100609/100607234933-c5459005660154cc804d96242cf44f4f (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.