Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
DOCUMENT

F -- Coral Reef Management Priority Setting and Capacity Assessments - Statement of Objectives

Notice Date
8/20/2008
 
Notice Type
Statement of Objectives
 
NAICS
541620 — Environmental 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
NCND3000-8-42200
 
Archive Date
9/26/2008
 
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 NCND3000-8-42200 is issued as a request for quotation. The North American Industry Classification Code (NAICS) is 541620, Environmental Consulting Services. The National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), Coral Reef Conservation Program (CRCP) requires a contractor to complete detailed priority setting and capacity assessments in seven U.S. "coral reef jurisdictions" (American Samoa, Hawaii, Guam, the Commonwealth of the Northern Marianas Islands, Florida, the U.S. Virgin Islands and Puerto Rico) over a three year period. The project that will result from this solicitation will identify technical and management capacity gaps in the coral reef jurisdiction and ways to assist the CRCP and the individual coral reef jurisdictions to improve the overall management of their coral reefs, including implementation of their LAS initiatives, and more strategic and management alternatives. The assessments will examine current technical and management capacity and identify gaps from a broad perspective. This should include institutional and governance frameworks; local strategic planning, management, enforcement and evaluation capabilities; staff recruitment and retention mechanisms including the adequacy of local salaries; and staff, leadership training and development needs; technical assistance, information and data needs, equipment, etc. This will allow the CRCP to better understand the roles, responsibilities, missions, capabilities and needs of management agencies, NGOs, academia, and other civic organizations. This information will also help CRCP, USCRTF agencies, NGOs, local governments, and others identify how best to assist in improving management capacity. A firm-fixed price award will be made to the responsible contractor that offers the best value to the Government, technical and price factors considered. The fixed price award is estimated to be for three years and shall consist of a base and two (2) option periods. Each period shall be separately priced. Options shall be exercised at the discretion of the Government. Contractors shall be notified 90 days prior to that option period. 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 "Coral Reef Management Priority Setting and Capacity Assessments" dated August 20, 2008 and provide a written and electronic response to be received no later than 12:00 PM, Thursday September 11, 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 services. The price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. 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=99f5423e433a51f723de336be492c414&tab=core&_cview=1)
 
Document(s)
Statement of Objectives
 
File Name: Statement of Objectives (REVISED STATEMENT OF OBJECTIVES 8-20-08-FINAL.docx)
Link: https://www.fbo.gov//utils/view?id=0503d877c63ea132f4893d71afbb89d8
Bytes: 28.92 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01645750-W 20080822/080820221319-99f5423e433a51f723de336be492c414 (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.