SOLICITATION NOTICE
F -- ACQUIRE CONSULTANT SERVICES TO FINALIZE AN ENVIONMENTAL ASSESSMENT AND MANAGEMENT PLAN FOR TOMALES BAY
- Notice Date
- 5/2/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- NCND6023-12-02288JR
- Archive Date
- 5/17/2012
- Point of Contact
- JOY A. RICHARDSON, Phone: 303-497-4973
- E-Mail Address
-
JOY.A.RICHARDSON@NOAA.GOV
(JOY.A.RICHARDSON@NOAA.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION Acquire Consultant Services to Finalize an Environmental Assessment and Management Plan for Tomales Bay (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: NCND6023-12-02288JR (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-¬¬58. (IV) This procurement is being issued as a Total Small Business Set-Aside. The associated NAICS Code is 541620. The small business size standard is $7.0 million. (V) This combined solicitation/synopsis is for purchase of the following commercial items: Services non-personal to provide all equipment, labor and materials (unless provided herein) necessary to acquire services to Finalize an Environmental Assessment and Management Plan for Tomales Bay. CLIN DESCRIPTION 0001 BASE YEAR -The Gulf of Farallones National Marine Sanctuary is seeking Consultant Services to finalize an Environmental Assessment and Management Plan for Tomales Bay. 1001 OPTION YEAR 1 - The Gulf of Farallones National Marine Sanctuary is seeking Consultant Services to finalize an Environmental Assessment and Management Plan for Tomales Bay. 2001 OPTION YEAR 2 - The Gulf of Farallones National Marine Sanctuary is seeking Consultant Services to finalize an Environmental Assessment and Management Plan for Tomales Bay. 3001 OPTION YEAR 3 - The Gulf of Farallones National Marine Sanctuary is seeking Consultant Services to finalize an Environmental Assessment and Management Plan for Tomales Bay. 4001 OPTION YEAR 4 - The Gulf of Farallones National Marine Sanctuary is seeking Consultant Services to finalize an Environmental Assessment and Management Plan for Tomales Bay (VI) Description of requirements as follows: See attached Statement of Work which applies to the Base Year and all Option years 1 - 4. (VII) Period of Performance shall be as follows: Base Year for a twelve month period 06/01/2012 through 05/31/2013 Option Period 1 for a twelve month period 06/01/2013 through 05/31/2014 Option Period 2 for a twelve month period 06/01/2014 through 05/31/2015 Option Period 3 for a twelve month period 06/01/2015 through 05/31/2016 Option Period 4 for a twelve month period 06/01/2016 through 05/31/2017 Date and places of performance and acceptance shall be at the National Marine Sanctuary office at the Presidio in San Francisco, California unless other arrangements are agreed. Delivery shall be FOB Destination, San Francisco, CA 94129. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. The offerer will submit a quote for each CLIN item in Section (V). Inquiries: Offerors must submit all questions concerning this solicitation in writing to Joy Richardson at joy.a.richardson@noaa.gov. Questions should be received no later than 12:00PM MDT on May 07, 2012. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation via FedBizOpps. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) Best Value to the Government The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered on an all or none basis. The following factors shall be used to evaluate offers: 1) Technical knowledge: Offer's quote shall include resumes of personnel performing work on this project with a minimum of eight (8) years experience in marine resource protection, environmental impact analysis, regulatory review, and implementing the National Marine Sanctuaries Act. Resumes will be evaluated on relative experience and knowledge. Technical knowledge will be evaluated based on the following: Knowledge of relevant federal and state statutes and regulations pertaining to Sanctuary resources. Experience with writing NEPA and/or CEQA-compliant documents. Knowledge of the Tomales Bay watershed, and the local community of Tomales Bay. Knowledge of and experience in vessel management, such as discharge (sewage, oil or hazardous materials) prevention or education, and/or mooring technology, is required. An understanding of ocean resource management and/or ocean conservation issues and experience is required. 2) Past performance: Offer's quote shall include at least two references including the point of contact name, phone number, full address and an e-mail address. An award will be made to the firm offering the Best Value to the Government. Past performance will be evaluated based on ability to meet deadlines, ability to interact with of individuals and the public and ability to work well as part of a team, as well as independently. 3) Price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications (Apr 2012) - Commercial Items with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) applies to this acquisition. (XIII) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. (Apr 2012). The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6, Protecting the Government's interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (8) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (section 740 Division C of Pub L.111-117, section 743 of Division D of Pub L 111-8, and section 745 of Division D of Pub L. 110-161) (12) (i) 52.219-6 Notice of Small Business Set-Aside (Nov 2011) (17) 52.219-14 Limitations on Subcontracting (Nov 2011) (23) 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222.19 Child Labor - Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 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: (XIV) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998). 52.214-34, Submission of Offers in the English Language (Apr 1991). 52.214-35, Submission of Offer in U.S. Currency (Apr 1991). 52.217-5, Evaluation of Options (Jul 1990). 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Terms of the Contract (Mar 2000) 52.242-15 Stop-Work Order (Aug 1989) 52.251-2 Interagency Fleet Management System Vehicles and Related Services (Jan 1991) FAR CLAUSES FULL TEXT 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisitions.gov/far 52.232-19, Availability of Funds (Apr 1984) Funds are not presently available for performance under this contract beyond June 1, 2013. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability or the part of the Government for any payment may arise for performance under this contract beyond June 1, 2013, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) Department of Commerce Clauses: 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. 1352.237-72: SECURITY PROCESSING REQUIRMENTS -NATIONAL SECURITY CONTRACTS (APR 2010) (a) Security Investigative Requirements for National Security Contracts. National Security Contracts require contractor employees to gain access to national security information in the performance of their work. Regardless of the contractor employees' location, appropriate security access and fulfillment of cleared facility requirements, as determined by the National Industrial Security Program (NISP) Operation Manual must be met. All contractors are subject to the appropriate investigations indicated below and may be granted appropriate security access by the Office of Security based on favorable results. No national security material or documents shall be removed from a Department of Commerce facility. The circumstances of the work performance must allow the Department of Commerce to retain control over national security information and keep the number of contract personnel with access to the information to a minimum. (b) All employees working on Special or Critical Sensitive contracts require an updated personnel security background investigation every five (5) years. Employees on Non-Critical Sensitive contracts will require an updated personnel security background investigation every ten (10) years. (c) Security Procedures. Position sensitivity/risk assessments must be conducted on all functions that are performed under the contract. Risk assessments for contractor employees are determined in the same manner as assessment of those functions performed by government employees. The Contracting Officer and Contracting Officer's Representative should determine the level of sensitivity or risk with the assistance of the servicing Security Officer. (1) Contractor employees working on National Security Contracts must have a completed investigation and be granted an appropriate security level clearance by the Office of Security before start of work. (2) The Contracting Officer's Representative must send the contract employee's existing security clearance information, if applicable, or appropriate investigative request package, to the servicing Security Officer, who will review and forward it to the Office of Security. (3) The Office of Security must confirm that contract employees have the appropriate security clearance before starting any work under a National Security Contract. (d) Security Forms Required. For Critical-Sensitive positions with Top Secret access, Critical-Sensitive positions with Secret access, and Non-Critical Sensitive positions with Secret or Confidential access, the following forms are required: (1) Form SF-86, Questionnaire for National Security Positions, marked "CON" in Block 1, Position Title, to distinguish it as a contractor case; (2) Form FD-258, Fingerprint Chart, with OPM's designation in the ORI Block; and (3) Credit Release Authorization Form. (e) Contracting Officer's Representative Responsibilities are: (1) Coordinate submission of a proper investigative request package with the servicing Security Officer, the Contracting Officer, and the contractor. (2) Review the request package for completeness, ensuring that the subject of each package is identified as a contract employee, the name of the contractor is identified, and that each package clearly indicates the contract sensitivity designation. (3) Send the request package to the servicing Security Officer for investigative processing. (f) Servicing Security Officer Responsibilities are: (1) Review the package for completeness. (2) Ensure that the forms are complete and contain all the pertinent information necessary to request the background investigation. (3) Forward the request for investigation to the Defense Investigative Service Coordinating Office (DISCO). (4) Maintain records of contractor personnel in their units subject to the NISP. (5) Ensure that all contractor personnel have been briefed on the appropriate procedures for handling and safeguarding national security information. (g) The contractor shall include the substance of this clause, including this paragraph, in all subcontracts. (End of clause) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) - See Attachment A incorporated in the Statement of Work - Must be returned with quote. (XV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XVI) Quotes are required to be received in the contracting office no later than 12:00 PM MDT on May 16, 2012. All quotes must be emailed to the attention of Joy Richardson. The email address is: Joy.A.Richardson@noaa.gov. (XVII) Any questions regarding this solicitation should be directed to Joy Richardson email address: Joy.A.Richardson@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NCND6023-12-02288JR/listing.html)
- Place of Performance
- Address: NOAA GFNMS, THE PRESIDO, 991 MARINE DRIVE, SAN FRANCISCO, California, 94129, United States
- Zip Code: 94129
- Zip Code: 94129
- Record
- SN02736805-W 20120504/120502235011-81223aa4592f4d65fffc0a92929b3a76 (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 |