Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2008 FBO #2424
SOLICITATION NOTICE

F -- Technical Assistance to Pacific MArine Islands Marine Protected Area Community

Notice Date
7/14/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541618 — Other Management Consulting Services
 
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, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG133C08RQ0792
 
Archive Date
8/27/2008
 
Point of Contact
Robert M McNamara, Phone: 301-713-0820x144
 
E-Mail Address
robert.mcnamara@noaa.gov
 
Small Business Set-Aside
N/A
 
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 DG133C08RQ541618 is issued as a request for quotation. The North American Industry Classification Code (NAICS) is 541518. The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Office of Ocean and Coastal Resource Management (OCRM) ) requires a contractor to provide technical assistance services in support of the Pacific Islands Marine Protected Area Community (PIMPAC), primarily through the development and provision of training courses which respond to PIMPAC's priorities. The contractor shall provide management and technical assistance in coordinating PIMPAC's activities, develop and implement training focusing primarily on MPA management planning and community participatory processes and develop a training module, manual and tools for the next priority topic for PIMPAC. The contractor selected must demonstrate the following: • Experience in working in the Pacific Islands (Polynesia and Micronesia preferred) on Coral Reef and Marine Protected Area management issues and developing guidebooks to support training around these topics. • Have staff located in Hawaii that can meet with NOAA staff • Experience with planning meetings for Federal Government agencies is preferred. • Experience working across cultures and internationally is preferred. • Must be bondable and provide evidence of such. • Must be capable of maintaining ledgers for financial accountability and provide evidence of an audit performed by an outside, objective source. • Knowledge and experience in working with computer databases, word processing programs, and spreadsheets. Knowledge of meeting planning software is a plus. • Good organizational skills with an attention to details. • A proven ability to build positive relationships with partners 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 2005-26. The provisions and clauses may be downloaded at http://arnet.gov.far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-2, Evaluation - Commercial Items; FAR 52.213-4 Terms and Conditions - Commercial Items. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov. 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 Assistance to the Pacific Islands Marine Protected Area Community (PIMPAC)" dated July 10, 2008 and provide a written and electronic response to be received no later than 12:00 PM, Tuesday August 12, 2008 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 twenty (20) 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. STATEMENT OF OBJECTIVES TECHNICAL ASSISTANCE TO THE PACIFIC ISLANDS MARINE PROTECTED AREA COMMUNITY Office of Ocean and Coastal Resource Management National Ocean Service National Oceanic and Atmospheric Administration July 10, 2008 Background: The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Office of Ocean and Coastal Resource Management (OCRM) requires a contractor to provide technical assistance services in support of the Pacific Islands Marine Protected Area Community (PIMPAC), primarily through the development and provision of training courses which respond to PIMPAC's priorities. PIMPAC is a NOAA funded program that provides technical assistance and services to a network of marine protected area managers in the Pacific region. PIMPAC is comprised of federal, state & territory government and non-governmental partners, who work on marine protected areas. PIMPAC supports skills-building activities through training, technical assistance, learning exchanges, coursework, and information sharing. It is co-coordinated by NOAA OCRM and the Micronesian Conservation Trust (MCT). PIMPAC provides the mechanism necessary for regional discussion, information and experience sharing, and action to address emerging Marine Protected Area challenges. The Community includes partners from the State of Hawaii, the three U.S. Territories of Guam, the Commonwealth of the Northern Mariana Islands (CNMI) and American Samoa; and the Freely Associated States of the Republic of Palau, the Federated States of Micronesia, and the Republic of the Marshall Islands. ACTIVITIES: ACTIVITY 1: TECHNICAL ASSISTANCE TO/COORDINATION OF PIMPAC ACTIVITIES The contractor shall attend PIMPAC resource group meetings (at least 5 meetings) to support the PIMPAC coordinator on the development and review of PIMPAC materials. The contractor shall provide guidance and expertise to the Coordinator with their experience in carrying out other MPA management trainings around the great Pacific Island region. The contractor shall provide technical assistance with PIMPAC‘s activities, which includes review and analysis of materials, and travel to other Pacific islands. This may include travel for the contractor to attend PIMPAC meetings to provide this technical assistance. The contractor will also provide NOAA assistance by reviewing and analyzing documents regarding PIMPAC to provide technical feedback on the feasibility and accuracy of PIMPAC reports and/or work plans. ACTIVITY 2: DEVELOP AND IMPLEMENT TRAINING The contractor shall work with the PIMPAC Coordinators at MCT and NOAA in collaboration with other key players to develop and deliver at least six training or technical assistance exercises. Training will focus primarily on MPA management planning and community participatory processes, which will require on site visits as identified by PIMPAC participants and coordinators. Other areas for technical assistance and trainings include: biological and socio-economic monitoring, gathering and including traditional ecological knowledge for site management, management planning, marine zoning, alternative income generation & sustainable finance, and building community capacity for management. This also includes pre- and post services to ensure appropriate technical assistance is being provided to local MPA management teams. This includes email and phone correspondence to local teams to support and guide local efforts as well as support for logistical workshop/meeting preparation and implementation. ACTIVITY 3: DEVELOP MODULAR TRAINING GUIDBOOK The contractor shall develop a training module, manual and tools for the next priority topic for PIMPAC. The topic may include enforcement, alternative income generation and business planning, fundraising and sustainable financing, community based monitoring, and or community resiliency. The topic shall be determined by PIMPAC. The training manual shall include examples of best practices by local and international organizations that shall be compiled into a simple to use guidebook that provides applied and realistic examples that can be used to train MPA managers on priority topics. DELIVERABLES ACTIVITY 1. 1. Specific materials developed or revised regarding PIMPAC initiatives as needed by NOAA PIMPAC coordinator (e. work plans, training/workshop guidance documents, communications plans) Due Date: within 2 weeks of request to review document by NOAA OCRM staff ACTIVITY 2. 1. For each of the (up to six) training the following will be provided: Final workshop agenda, announcement and invitation materials, relevant presentation and/or reference materials, training materials in re-usable formats taking into account relevant island culture, values and practices, and templates that support effective MPA management activities, Due Date: within two weeks of each training start dates 2. For each of the (up to six) training the following will be provided: Workshop summary report including recommendations and suggestions for next steps and/or future training or technical needs. Due Date: within two weeks of each training end dates ACTIVITY 3. 1. Two modular training guidebooks on the two priority PIMPAC topics listed above that include: • Research findings and references related to MPA training guidebook topic, • Case studies that showcase examples of MPA training guidebook topic • Worksheets that provide specific "how to" methods for MPA training guidebook topic process Due Date: with 10 months from start of award Period of Performance: The period of performance for this contract is to be 18 months from the date of the award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e2022eaab17572ca5100d6203319cc3e&tab=core&_cview=1)
 
Place of Performance
Address: Hawaii, U.S.A., United States
 
Record
SN01613589-W 20080716/080714223031-e2022eaab17572ca5100d6203319cc3e (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.