Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOLICITATION NOTICE

R -- Biological Services/Marine Species Monitoring in Support of MMPA, ESA, and NEPA E.O. 12114 Compliance.

Notice Date
5/18/2009
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic,, N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247009R2006
 
Response Due
7/2/2009
 
Archive Date
7/30/2010
 
Point of Contact
Roger R. Marce, Jr. 757-322-4134
 
Small Business Set-Aside
N/A
 
Description
THIS PRE-SOLICITATION IS BEING ADVERTISED ON AN UNRESTICTED BASIS, INVITING FULL AND OPEN COMPETITION. The NAICS code for this solicitation is 541690: Other Scientific and Technical Consulting Services. The size standard is $7,000,000. The Government intends to award an indefinite delivery, indefinite quantity contract for one base year and four one-year option periods. The total maximum value for the contract is $50,000,000 inclusive of the base year and all options. Work will be performed by the issuance of task orders. The work will include performing marine resources monitoring and management services in support of U.S. Navy environmental compliance and reporting requirements. The predominant areas where services are to be performed are expected to be on the Atlantic and Pacific coasts of the Continental U.S., the Marianas Islands and Guam, Hawaii, and the Gulf of Alaska. The Contractor may however be required to perform work for any Navy or Marine Corps Activity in the areas of responsibility covered by NAVFAC Atlantic and NAVFAC Pacific. The contractor shall complete all marine and biological resources monitoring and management services in compliance with laws such as the Sikes Act, the Clean Water Act, the Endangered Species Act, the Marine Mammal Protection Act, the Migratory Bird Treaty Act, the Legacy Resource Program, Magnuson-Stevens Fishery Conservation and Management Act, Coastal Zone Management Act, the National Environmental Policy Act of 1969, Executive Order 12114 Environmental Effects Abroad of Major Federal Actions, Executive Order 13089 Coral Reef Protection, Coral Reef Conservation Act of 2000, and the Coral Reef Conservation Amendments Act of 2005 and other applicable marine and environmental protection laws/acts. Work must also be in compliance with Department of Defense regulations OPNAVINST 3150.2b, OPNAVINST 5090.1C. Additional client-driven regulations and procedures may also apply. Services and investigations performed outside the United States or its territorial waters shall be co! nducted in accordance with International and Host Nation laws and regulations, as well as the Department of Defense Final Governing Standards for the country involved. Additionally, appropriate state laws and regulations governing cultural resources management shall be taken into account in completing biological resources investigations and reports. Tasks will involve species and habitat protected under the Endangered Species Act, the Marine Mammal Protection Act, the Magnuson-Stevens Act, and other applicable regulations and Executive Orders involving marine mammals, sea turtles, essential fish habitat, coral reefs, and other marine resources. The tasks may include, but are not limited to the following: literature review and data searches; aerial, shipboard, and/or underwater surveys; passive acoustic monitoring; assessments to determine acoustic and other impacts; behavioral studies; biopsy darting; tagging; analysis of data and technical assistance to ensure legal compliance; preparation of necessary reports; consultation package and/or permit applications; as well as management and coordination of complex projects with other Federal agencies, institutions and organizations spanning a wide range of geographic locations. The Government will award a contract resulting from this solicitation to the responsible proposer whose proposal conforming to the solicitation will be a BEST VALUE to the Government, price and technical factors considered. For this acquisition, the evaluation factors are 1) Work Plan, 2) Key Personnel, 3) Corporate Experience, 4) Small Business Subcontracting Effort, 5)Past Performance and 6) Price proposal. The Government reserves the right to reject proposals at any time prior to award; to negotiate with any or all proposers; use tradeoff processes when it may be in the best interest of the Government to consider award to other than the lowest priced proposers or other than the highest technically rated proposer; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous (Best Value) to the Government. PROPOSERS ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CO! NCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most favorable terms. Proposers should not assume that they would be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR ANY EXPENSES INCURRED IN THE PREPARATION OF THEIR PROPOSAL. The solicitation will be issued on approximately 2 June 2009. The receipt date of proposals is approximately 2 July 2009. This solicitation will be available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. The Request for Proposal will be made available via the Federal Business Opportunities website (www.FBO.gov )and/or the Navy Electronic Commerce Online website (www.neco.navy.mil) All prospective offerors should download all pertinent do! cuments from those websites. Notification of any changes to this solicitation (amendments) will only be made on the FedBizOpps website. Therefore, it is the offerors responsibility to check the internet sites regularly for any posted changes to the solicitation. Requests for documents by telephone, fax, or e-mail will not be honored. All responsible offerors may submit a proposal for consideration. All interested offerors must be registered in the Department of Defense Central Contractor Registration (CCR) database. Be advised that failure to register in the CCR makes an offeror ineligible for award of DoD contracts. Information regarding this registration may be obtained by accessing the website at www.ccr.gov. Potential offerors are notified that a pre-proposal conference is planned for 1:00 PM on June 11, 2009 at the Residence Inn Norfolk-Airport, 1590 North Military Highway, Norfolk, Virginia 23502. Potential offerors are encouraged but not required to attend. Inquiries shall be e-mailed to Roger.Marce@Navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247009R2006/listing.html)
 
Record
SN01821248-W 20090520/090518235125-4c55d4a72831d6bb7fb424c6e3fccb32 (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.