SOLICITATION NOTICE
B -- Rapid Seafloor Reconnaissance & Assessment Utilizing Sediment Profile Imaging
- Notice Date
- 10/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Region 4US Environmental Protection AgencyAtlanta Federal Center61 Forsyth Street, SWAtlantaGA30303-3104
- ZIP Code
- 30303-3104
- Solicitation Number
- RFQ-GA-13-0003
- Response Due
- 11/14/2012
- Archive Date
- 12/14/2012
- Point of Contact
- Sharyn Erickson
- E-Mail Address
-
Contracting Officer
(erickson.sharyn@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued for proposals and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. The NAICS code is 541620. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer best conforms to the specification, meets the Government's delivery schedule and is the most cost effective in accordance with the Evaluation Criteria below. Best value will be determined with technical more important than price. This solicitation document and incorporated provisions and clauses are those that are in effect throu gh the latest Federal Acquisition Circular. The contractor shall provide Rapid Seafloor Reconnaissance and Assessment of Southeast Florida Ocean Dredged Material Disposal Sites Utilizing Sediment Profile Imaging Reports and Image analysis as detailed in the Statement of Work (SOW) below. All deliverables shall be provided FOB Destination to: EPA Reg. 4, Attn. Christopher McArthur, 61 Forsyth St., Atlanta, GA. 30303, in accordance with the SOW specifications below, including the SOW delivery schedule. Unless otherwise specified in the purchase order/contract, the supplier is responsible for the performance of all inspection requirements and quality control. It is also the contractor's responsibility to be familiar with applicable clauses and provisions. Award shall be based on the best value offer with technical more important than price, in accordance with the evaluation criteria below. The provision at FAR 52.212 1 Instructions to Offerors, Commercial Items, applies to this acquisition. Offerors are reminded to include a completed copy of the provision at FAR 52.212 3 Offeror Representations and Certifications, Commercial Items with the offer, which can be accessed at http://www.arnet.far.gov, and the new EPA Certification EPA-2012-5 Representation By Corporations Regarding a Felony Conviction Under Federal Law or Unpaid Federal Tax Liability (Apr. 2012), for inclusion of clause EPA-2012-10-Unpaid Federal Tax Liability & Felony Criminal Violation Certification (Apr. 2012) (see EPA website for copies). The successful offeror must be registered in the System for Award Management (SAM) database to be considered for award. The SAM database may be accessed at www.SAM.gov. Clause 52.212 4 Contract Terms and Conditions Commercial Items and Clause 52.212 5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items are hereby incorporated by reference. The Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being applicable to acquisitions of commercial items or components: 1) 52.219 8 Utilization of Small Business Concerns; 2) 52.219 14 Limitations on Subcontracting; 3) 52.219 25 Small Disadvantaged Business Participation Program; 4) 52.222 3 Convict Labor; 5) 52.222 21 Prohibition of Segregated Facilities; 6) 52.222 22 Previous Contracts and Compliance Reports; 7) 52.222 25 Affirmative Action Compliance; 8) 52.222 26 Equal Opportunity; 9) 52.222 35 Equ al Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 10) 52.222 36 Affirmative Action for Workers with Disabilities; 11) 52.222 37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 12) 52.225 15 Restrictions on Certain Foreign Purchases; 13) 52.232 33 Payment by Electronic Funds Transfer Central Contractor Registration; 14) 52.252 2 Clauses Incorporated by Reference; 15) 52-222-19, Child Labor?Cooperation with Authorities and Remedies; 16) 52.222-21, Prohibition of Segregated Facilities; and, 17) 52.252 6 Authorized Deviation in Clauses, available at http://www.arnet.far.gov. All offers are due 21 days after publication of the FedBizOpps notice. Offers may be mailed to Sharyn Erickson, Contracting Officer, EPA Region 4, Acquisition Management Section, 61 Forsyth St., SW, Atlanta, GA 30303; e mailed to erickson.sharyn@epa.gov or faxed to 404/562 8210. It is the offe ror's responsibility to ensure receipt of faxes or e mail quotes. Quotes shall include 1) a schedule (list) of offered items/reports/services to include unit and total price in accordance with the SOW schedule of items, (which includes shipping charges, if applicable), delivery time, 2) completed Representations and Certifications (FAR 52.212 3), and DUNS number, and a response to the evaluation criteria limited to a maximum of five (5) single-sided, double-spaced pages in at least 10 point type. NOTE: Offerors not submitting sufficient information may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e mailed to erickson.sharyn@epa.gov. All answers will be provided via an amendment to the solicitation. No paper copies of the Request for Quotes will be provided. Telephonic questions will not be answered and collect calls will not be accepted. SPECIFICATIONS See Statement of Work and evlauation criteria published with synopsis/solicitation on EPA's OAM website. EVALUATION FACTORS 1.Experience in analyzing sediment profile imaging at dredged material disposal sites. Describe types of dredged material disposal sites evaluated (e.g. project size, dredged material characteristics). Also include the characteristics of the dredged material disposal sites evaluated (e.g. water depths and current regimes, geographic scope). 2.Knowledge of marine benthic community dynamics and the response of benthic communities to habitat change resulting from dredged material disposal. Include number of years experience and provide a list of peer reviewed reports on use of sediment profile imaging. 3.Past performance with Federal, State, and local agencies in performing marine benthic assessments. Include project name, client, level of effort (e.g. cost of work, number of stations), whether the project was completed on schedule and within budget and any outcomes as a result of the work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegIV/RFQ-GA-13-0003/listing.html)
- Place of Performance
- Address: Region 4 EPA61 Forsyth St.AtlantaGA30303USA
- Zip Code: 30303
- Zip Code: 30303
- Record
- SN02918424-W 20121026/121024234011-0d5d6ca06d959a120dbe459cece88c81 (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 |