MODIFICATION
R -- CORAL REEF MANAGEMENT CAPACITY ASSESSMENTS - Questions and Answers
- Notice Date
- 8/29/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541620
— Environmental 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
- NCND10001102542
- Archive Date
- 9/17/2011
- Point of Contact
- Shirley L. Johnson, Phone: 301-713-0820
- E-Mail Address
-
Shirley.L.Johnson@noaa.gov
(Shirley.L.Johnson@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFP Questions and Answers NOTICE #2: Attached to this solicitation is a list of Questions and Answers submitted in response to this announcement. NOTICE: The Government budget range for this requirement is expected not to exceed $370,000.00. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Coral Reef Conservation Program (CRCP), requires a contractor to provide technical support services to complete detailed capacity assessments for coral reef management in seven U.S. coral reef jurisdictions in accordance with the requirements listed in the attached Statement of Work (SOW) titled, ‘NOAA Coral reef Conservation Program Coral Management Capacity Assessments, 2011.' The information set forth in this solicitation notice is an advanced copy of NOAA's Request for Proposal (RFP) that becomes final unless otherwise modified before the response due date of 12 Noon (EST)Friday, September 2, 2011. The applicable MAS SIC code is 899 for Environmental Services. The Government shall award a firm 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 award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; 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. Approach and past performance related to capacity assessments are most important to this requirement in that order of relevance. 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 and Unacceptable (U) -- The quotation is not sufficient, not enough, not acceptable. 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, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.2121-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions -Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.lccr.gov. All responsible sources may respond to this solicitation with a proposal addressed to the Contract Specialist, Shirley L. Johnson later than 12 Noon, Friday September 2, 2011 electronically at shirley.l.johnson@noaa.gov or deliver four (4) hard copy proposals to NOAA/DOC/AGO, 1325 East-West Highway, SSMC-2, Sta. 11124, Silver Spring, Maryland 20910. Proposals shall be limited to no more than 50 single pages, single side printing, 8 ½' x 11 white paper, black ink printing, single line spacing, Word format 10pitch font. The Government reserves the right to make a single award, multiple awards or no award as a result of this RFP. It is the responsibility of the contractor to confirm NOAA's timely receipt of their proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCND10001102542/listing.html)
- Place of Performance
- Address: 1305 East-West Highway, SSMC-4, Sta. 10414, Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN02553533-W 20110831/110829235402-627743fe0e4f190fb7e4ba0d0f8e889c (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 |