Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2005 FBO #1193
SOLICITATION NOTICE

F -- Fisheries Resources Management Services

Notice Date
3/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
114111 — Finfish Fishing
 
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-NFFK-65-sks
 
Response Due
3/15/2005
 
Archive Date
3/30/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. Solicitation Number NFFK-65-sks is issued as a request for quotation and is solicited under full and open competition. The NAICS Code is 114111. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Office of Sustainable Fisheries (OSF), has a statutory responsibility to manage the marine fisheries and resources in the U.S. Exclusive Economic Zone in compliance with other relevant Federal laws including the National Environmental Policy Act, the Marine Mammal Protection Act, and the Endangered Species Act. The NOAA/NMFS/OSF, Fisheries Management Program plans to develop a new way to measure program performance, using an index that at this stage we are calling the Fish Stock Sustainability Index (FSSI). The goal for the measure is that it allows us to demonstrate incremental changes in fishery management performance that is not captured currently. Specific services to be provided include: (1) Identify a set of stocks that will be tracked for the FSSI. This will be done by asking the NMFS regional offices to make a list of the "top 25" stocks in these regions in order of importance as the best benchmarks for the Program?s performance. This task will be completed based on discussions with, and under the direction of, Sustainable Fisheries (SF) staff. Tasking memoranda for NMFS Regional Administrators (RAs) will be prepared for the signature of the OSF Director based on the direction of SF staff. (1) Analyze and synthesize the rankings from the regional offices, doing a region to region comparison, and developing a straw man list of stocks to include in the index. (2) Present a suggested list of stocks for the index, with back-up analyses and documentation. (3) Work for acceptance of the new FSSI index within NOAA Fisheries. This task will be completed based on discussions with, and under the direction of, SF staff. Tasking memoranda for NMFS Regional Administrators (RAs) will be prepared for the signature of the OSF Director based on the direction of SF staff. (4) Provide expertise on: assessment levels reported on in the Stock Assessment Improvement Plan (SAIP), the information in the Status of Stocks reports, and the values used to derive the top 90% Long Term Potential Yield, which were obtained from the most recent version of Our Living Oceans (1999). The resulting purchase order shall be negotiated on a firm fixed price. The award will be made on a best value basis. Best value evaluation factors include the following: 1) Past Performance - The relevancy and quality of prior performance; 2) Approach - The likelihood of effectively meeting the requirements; 3) Price - The amount, realism and consistency of the evaluated price. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2001-27. The provisions and clauses may be downloaded at http://www.acqnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order resulting from this solicitation to the responsible offer or whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) past performance, (ii) approach, (iii) price; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.204-7, Central Contractor Registration; 52.232-1, Payments; 52.232-38, Submission of Electronic Funds Transfer Information with Offer; 52.249-2, Termination for Convenience of the Government (Fixed Price) (Short Form). All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a price quote on company letterhead along with capabilities information (past performance, terms and conditions, comparable past performance) addressed to Sandy Shaffner at the address listed above, to be received no later than, March 15, 2005. Responses can also be faxed to (301) 713-0808 or e-mailed to sandra.shaffner@noaa.gov.
 
Place of Performance
Address: 1315 East-West Highway, Silver Spring, MD
Zip Code: 20910
Country: U.S.A.
 
Record
SN00760082-W 20050303/050301211726 (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.