SOLICITATION NOTICE
R -- NEPA Coordinator
- Notice Date
- 7/3/2003
- Notice Type
- Solicitation Notice
- 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, MD, 20910
- ZIP Code
- 20910
- Solicitation Number
- Reference-Number-NCND6000300025
- Response Due
- 7/21/2003
- Archive Date
- 8/5/2003
- Point of Contact
- Phillip Harrell, Contract Specialist, Phone 301-713-0820, Fax 301-713-0806, - Mitchell Ross, Contracting Officer, Phone 301-713-0820 x141, Fax 301 713-0806,
- E-Mail Address
-
Phillip.Harrell@noaa.gov, Mitchell.J.Ross@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The National Oceanic & Atmospheric Administration, National Ocean Service, Office of the National Marine Sanctuary Program requires the services of a National Environmental Policy Act (NEPA) Coordinator to oversee the integration of four management plans into the preparation of an Environmental Impact Statement (EIS). This is a Request for Proposal (RFP). The Statement of Work is attached and lists the various tasks for the Coordinator to assist in managing the preparation of the EIS . This acquisition is set aside exclusively for small business concerns. The North American Industry Classification System (NAICS) code is 541620 and the related size standard is $6,000,000. This will be awarded as a firm fixed price order based upon competition for one twelve month period and one twelve month optional period. The estimated level of effort for the first twelve month period is 266 hours and the optional twelve month period is 326 hours. Interested firms shall provide a quote in electronic format and by mail no later than 3:00pm on July 21, 2003 addressed to Phil Harrell, Acquisition Management Division, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7143, Silver Spring, Maryland 20910, and Phillip.Harrell@noaa.gov. Submit a complete proposal that shall be valid for 90 days. An original and one copy shall be submitted as well as the electronic version in MS Word. The Government will not be responsible for any costs incurred in response to this solicitation. An award date of August 1, 2003 is anticipated. The proposal shall be no more than five pages and shall include the following: 1) Nature of the Firm (e.g. Primary lines of business, Management, Location, Business Summary (e.g.. Financial Capability, Banking Relationship); 2) Personnel (e.g. Education, Experience, Credentials; 3) Approach (e.g. Understanding of NOAA National Marine Sanctuary Program Office operations and procedures, Plan for performance upon award; 4) Past Performance (e.g. Relevant Experience with NOAA, Relevant experience with the National Marine Sanctuary Program; 5) Pricing information (e.g. labor categories and rates per hour). Use the same categories and hours for each year and list the rates for each of the two contemplated years of the purchase order. These rates will be set forth in the resultant purchase order and will be binding. For each past performance citation provide a narrative account of the work performed and include the following elements: 1) Summary of the project; 2) Description of work performed and results achieved; 3) Description of methodology, tools, and processes utilized in performing the work; 4) Adherence to project schedule and budget; 5) Problems encountered and corrective actions taken; 6) Identification of the similarity in scope and complexity to this project. Each quotation shall be on 8-1/2 x 11 inch paper in a commercially standard font, not smaller than a size 12 font (excluding separately created artifacts included for reference purposes). The quotation shall be stapled without a binder or elaborate cover. Each page in the quotation shall be separately numbered in Arabic numerals. All received proposals will be evaluated on a best value basis using the following award criteria: 1) Quality of Personnel ? Potential for effective performance; 2) Technical Knowledge ? Familiarity with the process and program; 3) Past Performance ? The relevance and quality of prior performance; 4) Price ? The amount, realism and consistency of the evaluated price. The evaluation factors are listed in order of importance. Price shall be evaluated and not ranked. Award will be made without discussions. Award will be made using simplified acquisition procedures.
- Place of Performance
- Address: 1305 East West Highway, N/ORM-6, Silver Spring, Maryland 20910
- Country: USA
- Country: USA
- Record
- SN00363609-W 20030705/030703213321 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |