SOLICITATION NOTICE
R -- Facilitation and Planning for the False Killer Whale Take Reduction Team - Statement of Work
- Notice Date
- 1/8/2010
- 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
- NFFKPR00-10-04974
- Archive Date
- 1/28/2010
- Point of Contact
- Gina E Lee, Phone: 301-713-0820 x208
- E-Mail Address
-
gina.e.lee@noaa.gov
(gina.e.lee@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NFFKPR00-10-04974 is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The North American Industry Classification System Code (NAICS) is 541618 with a Business Size of $7.0M. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Marine Mammal Conservation Division has a requirement to provide facilitation services in support of a multi-party negotiation take reduction planning process as well as logistical and administrative duties related to the take reduction planning process. NMFS requires professional consultation and facilitation services to assist with planning and convening a Team for one meeting, which includes arranging all aspects of Team member travel, preparing and submitting meeting summaries. The Contractor shall provide facilitation services in support of the NMFS as part of the multi-party negotiation take reduction planning process as well as logistical and administrative duties related to the take reduction planning process. The Contractor is an important partner, working closely with NMFS staff to ensure Team discussions are as productive as possible. The False Killer Whale Team requires a two person consultation team to both manage and track the conversation as well as staff multiple breakout sessions, when needed. The Contractor shall assist in assembling the official Team, coordinate logistics (location, agenda, meeting materials and documents) for one meeting, and coordinate and fund all travel logistics for the Team members and Contractors. Specifically, the Contractor shall be responsible for the following activities: a) Strategic Planning; b) Start-up costs for meeting; c) Meeting facility coordination and logistics; d) Pre-meeting consultations; e) Facilitation of Team meeting; f) Travel coordination and reimbursement for Team members and invited participants; g) Preparation of meeting report; h) and On-going consultation. Deliverables: The contractor shall provide 2 facilitators, one senior facilitator and one associate facilitator to perform work described above. The Contractor shall provide materials, equipment, supplies and all other items necessary to fully perform the requirements specified in this statement of work. Prior to convening meetings, the Contractor shall meet with NMFS's staff to discuss the requirements of this order. The Contractor shall be required to provide informal verbal progress reports as frequently as deemed necessary by NMFS. The contractor will provide the draft meeting summary report that will integrate key outcomes from discussions and presentations. The Contractor activities shall be performed in close cooperation and coordination with NMFS staff. In addition to the aforementioned meeting, the Contractor shall specifically provide: 1) Pre-meeting documents, including agenda, to all Team members, in an organized fashion (e.g., in binders, filed appropriately, double-sided) for the meeting at least two weeks in advance. Additional copies (printed and electronic) should also be provided to NMFS, also at least two weeks in advance of the meeting; 2) Meeting summaries must consist of significant discussion points and all applicable supporting information and documentation. The Contractor shall provide a draft within 10 business days of the conclusion of each meeting to NMFS, and shall provide the final meeting summary within 20 business days after the draft summary is reviewed by the entire Team in draft form; 3) The Contractor shall provide all necessary travel receipts, claim forms, and invoices for reimbursement of member and Contractor travel to NMFS. In addition, a spreadsheet in electronic format (Microsoft Excel or Access) outlining expenditures for both travel costs and Contractor services and expenses for each task shall be provided with each invoice within 30 days after the meeting to NMFS; 4) The Team Recommendations should be included in a separate section of the meeting summary, as well as in the draft and final meeting summaries, that are provided to NMFS. For meeting summaries, this section shall: 1) identify all new recommendations that have been put forth and adopted by consensus; and 2) identify discussion surrounding items for which consensus could not be reached, if applicable; and 5) All documents shall be edited, if needed, by contacting Team members to clarify/ interpret comments made during the meeting process. The resulting purchase order shall be awarded on a best value basis and negotiated on a firm fixed price basis. Period of Performance: January 10, 2010 through September 30, 2010. Best value evaluation factors include the following: 1) Technical 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; 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 provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will 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. FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.219-6, Notice of Total Small Business Set-Aside, and Alternate II; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a proposal on setting forth an approval to perform the work, location, past performance and price addressed to Gina E. Lee, Purchasing Agent, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7144, Silver Spring, Maryland 20910, to be received no later than January 13, 2010 at 12:00pm. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Gina.E.Lee@noaa,gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NFFKPR00-10-04974/listing.html)
- Place of Performance
- Address: Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN02038618-W 20100110/100108235848-87bfa888a42e7a8a7e918ba0da14c28c (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 |