Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2007 FBO #2081
SOLICITATION NOTICE

R -- TECHNICAL SUPPORT FOR BUILDING MARINE PROTECTED AREA MANAGEMENT CAPACITY IN THE CARIBBEAN

Notice Date
8/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
611430 — Professional and Management Development Training
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NCND3000716252
 
Response Due
8/24/2007
 
Archive Date
9/8/2007
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number NCND3000-7-16252 is issued as a request for quotation. The North American Industry Classification Code (NAICS) is 611430. The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Office of Ocean and Coastal Resource Management (OCRM) requires technical and logistical assistance services to in support of a series of training exercises to be held in the Virgin Islands to develop an increased capacity throughout the Caribbean region to address training and technical assistance needs for the effective management of marine protected areas (MPAs). The main focus of these services will be to support the design, coordination and implementation of two or more training events on priority MPA management topics that will provide a select group of MPA trainers with the necessary skills to provide assistance to local MPA managers and government resource management agencies throughout the region. The contractor selected must demonstrate the following: expertise in the management of marine protected areas in the Caribbean region including:1) the development of management plans, 2) the evaluation of MPA effectiveness, 3) the development of ecological networks of MPAs, 4) familiarity with natural resource management government agencies throughout the Caribbean and with Caribbean MPA experts and practitioners, 5) experience working in the Caribbean Islands on coral reef and marine protected area management issues. Experience working across cultures and internationally is preferred. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach ? The likelihood of effectively meeting the requirements; 2) Past Performance ? The relevance and quality of prior performance; and 3) Price ? The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) ? Conspicuously striking in eminence; Excellent (E) ? Superior or first class; Good (G) ? Beneficial and worthwhile; sound and valid; Adequate (A) ? Reasonably sufficient and suitable; Marginal (M) ? Minimally suitable at the lower limit. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-18. The provisions and clauses may be downloaded at http://arnet.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 shall award a purchase order resulting from this solicitation to the responsible offeror 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) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, applies to this acquisition and there is no addenda to this provision; 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; FAR 52.204-9, Personal Identity Verification of Contractor Personnel. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to review the attached Statement of Work entitled ?Technical Support for Building Marine Protected Area Management Capacity in the Caribbean? dated August 2, 2007and provide a written and electronic response to be received no later than 12:00 PM, Friday August 24, 2007 addressed to Robert M. McNamara, Contract Specialist, National Oceanic and Atmospheric Administration, 1305 East West Highway, Suite 7607, Silver Spring, Maryland 20910 and to robert.mcnamara@noaa.gov. Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An original and four copies shall be submitted as well as an electronic version in MS Word or Adobe Acrobat. The electronic version shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be on 8 1/2-inch x 11-inch paper, in a commercially standard font, not smaller than a size 12 font. The response shall be secured by simple stapling and shall not contain elaborate binding. Each page in the response shall be separately numbered. A page of paper printed on both sides is considered two pages. The offer, including the letter of transmittal, shall be limited to ten (10) single sided pages. Submit offers arranged in three sections as follows: Section I ? Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II ? Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III ? Price, Firm Fixed Price for the required logistics consulting services. The price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request.
 
Record
SN01362960-W 20070808/070806220312 (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 |
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.