SOLICITATION NOTICE
B -- Monitoring of Oregon Inlet Terminal Groin and Beach Nourishment Projects - Attachment
- Notice Date
- 12/4/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GR 1875 CENTURY BOULEVARD SUITE 310 Atlanta GA 30345-3310
- ZIP Code
- 30345-3310
- Solicitation Number
- F15PS00062
- Response Due
- 12/17/2014
- Archive Date
- 1/1/2001
- Point of Contact
- Buyer
- Small Business Set-Aside
- Total Small Business
- Description
- F15PS00062 Quality Assurance Surveillance Plan FAR 52.209-5 Certification Regarding Responsibility Matters Past Performance The U.S. Fish and Wildlife Service Region 4, is issuing a Request for Proposal (RFP) to provide to provide participation in an objective evaluation of the Oregon Inlet Terminal Groin Monitoring Team procedures, techniques, data analysis, and reporting; to track the effects of approximately 500,000-1,500,000 yd3 of dredged material being deposited on the north end of Pea Island National Wildlife Refuge (Refuge) beach; and an additional project involves dredging approximately 1,750, 000 yd3 of sand from an offshore borrow site with beach disposal on the south end of the Refuge. This procurement is being solicited as a small business set-aside. The NAICS code is 541690, with a size standard of $7.0 million annually. This requirement is being procured in accordance with FAR Part FAR 15, and an award will be made in accordance with Far 17, with the use of options. This work entails providing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and/or other items necessary to be an effective participant in collecting and conducting sand sample grain size and heavy mineral analysis; in providing maintenance of a database designed to synthesize/analyze project data; coordinate data analysis; and provide objective technical reports to Pea Island National Wildlife Refuge. The required period of performance date is on or about January 1, 2015 to December 31, 2019. A firm-fixed purchase order will be awarded to 1 (one) Offeror providing the best value to the Government. Evaluation of interested firms will be based on these factors: 1) Technical; 2) Past Performance; (3) Price. Please note: Price will be evaluated but no scored. The price evaluation will determine whether the proposed price is realistic, complete, and reasonable in relation to the solicitation requirements. Proposed price must be entirely compatible with the technical proposal. Contractors must be registered in System For Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. ALL QUESTIONS REGARDING THIS NOTICE SHOULD BE SUBMITTED IN WRITING TO THE FOLLOWING E-MAIL ADDRESS: constance_fields@fws.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F15PS00062/listing.html)
- Record
- SN03588042-W 20141206/141204235352-40c4b699fa777417b9e1f9976f85ddb5 (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 |