SOLICITATION NOTICE
R -- CONDUCT THE SEA TURTLE STRANDING NETWORK AT THE PRINCIPLE NESTING BEACHES OF KEMP'S RIDLEY SEA TURTLE (LEPIDOCHELYS KEMPII) IN TAMPAULIPAS, MEXICO - STATEMENT OF WORK
- Notice Date
- 7/13/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical 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
- NFFKPR00-11-04425
- Archive Date
- 8/6/2011
- Point of Contact
- Shirley L. Johnson, Phone: 301-713-1705, ext. 173
- E-Mail Address
-
Shirley.L.Johnson@noaa.gov
(Shirley.L.Johnson@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- SEA TURTLE STRANDING PROJECT STATEMENT OF WORK The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Marine Mammal Conservation Division requires contractor expertise to conduct sea turtle stranding services in accordance with the attached Statement of Work (SOW) titled ‘Conduct the Sea Turtle Stranding Network at the Principle Nesting Beaches of the Kemp‘s Ridley Sea Turtle (Lepidochelys Kempii) in Tamaulipas, Mexico. The period of performance shall commence September 1, 2011 for a base year commencing September 1, 2011 through August 31, 2012, and in accordance with FAR Part 17.2, two possible twelve month option periods to continue uninterrupted services through August 31, 2014 on a twelve month recurring basis are possible. The Government is not obligated to exercise any option periods. Firms responding to this notice should also submit a price quotation for the optional periods of service. The information set forth in this Pre-Solicitation notice is an advanced copy of NOAA's Request for Quote (RFQ) that becomes final unless otherwise modified before the response date. No other solicitation will be issued. The applicable NAIC code is 541990. The Government shall award a single fixed-price purchase order resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation and the SOW will be most advantageous to the Government, price and other factors considered. The Government shall evaluate the cost and technical quotes for the following factors: 1) Technical Approach -- The likelihood of effectively meeting the requirements; 2) Past Performance -- The relevance and quality of prior performance; 3) Personnel -- Key personnel with tailored resumes showing education, experience and other relevant information and 4) Price -- The amount, realism and consistency of the evaluated price. Quotes should include indications of previous relevant work and biographical information on contractor personnel. 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; Unacceptable (U) - Unacceptable as a basis for performance. Award will based on the technically acceptable low price offer. Except when it is determined in the best interest of the Government, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of Options will not obligate the Government to exercise the option(s). This solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-53. The provisions and clauses may be downloaded at http://arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items -; FAR 52.212-3, Offeror Representations and Certificates - Commercial Item; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. All interested contractors must be actively registered in the Central Contractor Registration (CCR) database at the CCR website (www.ccr.gov). All responsible sources may respond to this solicitation with a quotation addressed to the Contract Specialist, Shirley L. Johnson no later than 12:00pm Noon (EST) Friday, July 29, 2011 electronically at shirley.l.johnson@noaa.gov or mail to DOC/NOAA/AGO, 1325 East West Highway, Rm. 11124, Silver Spring, Maryland 20910. Responses shall not exceed 50 pages 8 ½' x 11, black ink on white paper, single line spacing, single page printing with no attachments, (i.e. flyers, spiral binder documents, etc.). All questions must be submitted electronically no later than 12 Noon (EST) Thursday, July 21, 2011. Telephone inquiries will not be accepted. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. It is the responsibility of the contractor to confirm NOAA's receipt of their quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NFFKPR00-11-04425/listing.html)
- Place of Performance
- Address: 1315 East West Highway, SSMC-2, Rm. 13635, Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN02497939-W 20110715/110713235555-e01bbee63147d2a3ba7e66188760bb2f (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 |