SOLICITATION NOTICE
R -- Logistical and Adminstrative Support for Coral Reef Local Action Strategies for PIMPAC
- Notice Date
- 8/12/2008
- Notice Type
- Combined Synopsis/Solicitation
- 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, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- NCND3000-8-37711
- Archive Date
- 9/23/2008
- Point of Contact
- Robert M McNamara,, Phone: 301-713-0820x144
- E-Mail Address
-
robert.mcnamara@noaa.gov
- Small Business Set-Aside
- Total Small Business
- 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 NCND3000-8-37711 is issued as a request for quotation. The North American Industry Classification Code (NAICS) is 611430. The Department of Commerce, Nationals Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Coral Reef Conservation Program (CRCP) has a requirement for technical support services to facilitate and coordinate a process to develop local action strategies for coral reef conservation in US Flag Pacific jurisdictions and to support administrative and logistical efforts of the Pacific Islands Marine Protected Area Community (PIMPAC). The main focus of these services will be to support the coordination and implementation of workshops and meetings that respond to the priorities of either: 1) Local Action Strategy (LAS) development as outlined in the 2007 NOAA Coral Reef LAS Guidance document or, 2) priorities of the PIMPAC 2007-2009 strategic plan. The Contractor shall work with the designated staff at NOAA OCRM to provide support in event development and logistics. Logistic support includes coordinating meeting space requirements, audio-visual (AV) requirements, assisting with hotel services, planning travel and distributing stipends for participants and experts, coordinating registration, marketing of events, and developing meeting materials and evaluations. Theses events may be held both on and off site. 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 "Logistical and Administrative Assistance for Coral Reef Local Action Strategy Development and Technical Support for the Pacific Islands Marine Protected Area Community (PIMPAC)" dated August 2, 2008 and provide a written and electronic response to be received no later than 12:00 PM, Monday September 8, 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.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=09973cc881c543cce7ac6f8a9e7979ad&tab=core&_cview=1)
- Record
- SN01638409-W 20080814/080812225952-09973cc881c543cce7ac6f8a9e7979ad (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 |