Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2004 FBO #0996
SOLICITATION NOTICE

B -- NATIONAL STATUS AND TRENDS-MUSSEL WATCH PROJECT

Notice Date
6/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
924110 — Administration of Air and Water Resource and Solid Waste Management Programs
 
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-NC-NS1000-4-00011
 
Response Due
7/15/2004
 
Point of Contact
Mitchell Ross, Contracting Officer, Phone 301-713-0820 x141, Fax 301 713-0806, - Donald Holmes, Contract Specialist, Phone 301-713-0839 x207, Fax 301-713-0806,
 
E-Mail Address
Mitchell.J.Ross@noaa.gov, Donald.A.Holmes@noaa.gpv
 
Description
REQUEST FOR INFORMATION June 21, 2004 The Department of Commerce, National Oceanic & Atmospheric Administration (NOAA) , National Ocean Service (NOS), National Status and Trends (NS&T) Program has a requirement for a contractor to detect contaminants in estuaries and the coastal United States. This is a continuation of the NS&T Mussel Watch Project commenced in 1986. NOAA is considering procuring these services through the General Services Administration (GSA), Federal Supply Service (FSS), Environmental Services Multiple Award Schedule (MAS) 899, Special Item Number 899-7, entitled National Status and Trends - Mussel Watch Project, for the collection and/or analyzing of bivalve and sediment samples from the East (including the Great Lakes), Gulf (including Puerto Rico), and West (including Alaska and Hawaii) coasts of the United States. Award of a single Delivery Order is contemplated for a period of 60 months. The work will be procured on a firm fixed price basis. A statement of work is attached. The Government contemplate use of a procedure to test an offeror’s ability to both successfully identify and accurately quantify environmental contaminants. Analysis of tissue samples will be required. The pricing mechanism contemplates use of Schedule 899 labor rates, discounted based on volume, to establish firm fixed prices. Payment will be made upon inspection and acceptance at completion of call items. Interested firms with capability to provide these services are invited to provide a written response to this request no later than Noon in Silver Spring, Maryland on July 12, 2004. The response shall be submitted electronically in MS Word to Donald A. Holmes at donald.a.holmes@noaa.gov and in paper version to Donald A. Holmes, National Oceanic & Atmospheric Administration, 1305 East-West Highway, Suite 7168, Silver Spring, Maryland 20910. The response shall be no more than ten pages and shall include the following: * Description of Firm * Type of Business * Central Contractor Registration Data * Management Structure & Organization Chart * Location * Revenue - Past three years by year. * Net Income - Past three years by year. * Banking Reference * Summary of Credit Facility or credit line. * Suspensions, Debarments, Terminations * DUNS Number * Tax Identification Number * GSA FSS Environmental Services SIN 899-7 MAS Number * Points of Contact - Names, phone, fax, e-mail * Capacity to Perform the Work Described * Understanding & Knowledge of collection and/or analyzing of bivalve and sediment samples from the East (including the Great Lakes) coasts of the United States. * Understanding & Knowledge of collection and/or analyzing of bivalve and sediments samples from the Gulf (including Puerto Rico) coasts of the United States. * Understanding & Knowledge of collection and/or analyzing of bivalve and sediments samples for the West (including Alaska and Hawaii) coasts of the United States. * Understanding & Knowledge of collection and/or chemical analysis of Tissue Samples (organic contaminants and trace elements). * Understanding & Knowledge of bivalve and sediments on the coasts of the United States. * Approved to perform the work. * Approved to manage the work. * Past Performance * Relevant Experience * Quality of Performance * Price * Relevant Categories and Hourly Rates for use in firm fixed price. * GSA FSS Environment Services SIN 899-7 MAS Number * Rate Discounts * Comments & Recommendations * Statement of Objectives - Comments and Recommended changes * Contract Type - Comments on the appropriate type * GSA FSS ES MAS SIN 899-7 - Comments on the vehicle * Comments on the pricing mechanism * Other comments you would like to make. An original and four (4) copies shall be submitted as well as the electronic version in MS Word. A one (1) page letter shall cover the response signed by an individual authorized to commit the firm. The cover letter is the first of ten (10) pages. That single attachment shall contain all content and shall be sized less than five megabytes. Each response shall be on 8-1/2 x 11-inch paper, in a commercially standard font, not smaller than size 10 (excluding separately created artifacts included within the text). The response shall be secured by simple staling with the cover letter as the first page and shall not contain any elaborate binding. Each page in the response shall be separately numbered in Arabic numerals. A page of paper printed on both sides is considered as two pages (if double-sided pages, the front side would be page 1, the reverse side would be page 2). The response shall not include brochures, newsletters, or other marketing materials uniquely created this procurement. Elaborate artwork and expensive paper, bindings, visual or other presentation aids are discouraged. The responses to this Request for Information may form the basis for requesting a number of firms to attend briefings or submit quotations. Questions and comments may be directed to the Contracting Officer only electronically at Mitchell.J.Ross@noaa..gov. There will be no acknowledgment by the Government to responses to this Request for Information. IF a response generates further interest, you will be contracted. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/AGAMD/Reference-Number-NC-NS1000-4-00011/listing.html)
 
Place of Performance
Address: U.S.Department of Commerce National Oceanic Atmospheric Administration 1305 East-West Highway SSMC4, 9th Floor, Room 7168 Silver Spring, MD
Zip Code: 20910
Country: United States of America
 
Record
SN00644988-F 20040818/040816213931 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.