SOLICITATION NOTICE
R -- Technical Assistance to the Pacific Islands Managed and Protected Area Community - NCND1000-10-16248 SOW
- Notice Date
- 7/29/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- NCND1000-10-16248
- Archive Date
- 8/25/2010
- Point of Contact
- Sandra K. Souders, Phone: 3017130820135
- E-Mail Address
-
Sandra.K.Souders@noaa.gov
(Sandra.K.Souders@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW - Technical Assistance to the Pacific Islands Managed and Protected Area Community This is a combined synopsis/solicitation for commercial items in accordance with the Federal Acquisition Regulations (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. This solicitation is set aside exclusively for small business concerns. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation Number NCND1000-10-16248 is issued as a request for quotation. The applicable North American Industry Code System code is 541690 and the Small Business Size Standard is $6.5M. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Office of Ocean and Coastal Resource Management has a requirement to provide technical assistance services in support of the Pacific Islands Managed Protected Area Community (PIMPAC), primarily through the development and provision of training courses with respond to PIMPAC's priorities. The Period of Performance shall be within eighteen (18) months from receipt of this order. Details regarding this requirement are listed in the attached Statement of Work entitled "Technical Assistance to the Pacific Islands Managed and Protected Area Community". The resulting purchase order shall be awarded on a best value basis and will be firm fixed price. Best value evaluation factors include the following: 1) Technical Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order 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. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.239-1, Privacy or Security Safeguards. All responsible sources that can meet the requirements are invited to provide a written and electronic response to be received no later than noon, August 10, 2010 addressed to Sandra K. Souders, Purchasing Agent, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7145, Silver Spring, Maryland 20910, Sandra.K.Souders@noaa.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 81/2 -inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to twelve (12) single sided pages. Submit offers arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, firm fixed price for the required technical assistance. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the firm fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCND1000-10-16248/listing.html)
- Record
- SN02222929-W 20100731/100730000148-9040a22c1c7253fe85f4dfd15a67bec4 (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 |